· CONTRACT No. JRA/20/24 FOR PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD...

191
CONTRACT No. JRA/20/24 FOR PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY CONCRETE & STORMWATER PRODUCTS, STEEL GRIDS AND PILLAR SUPPORT, SUPPLEMENTARY ROAD MARKING PRODUCTS,CHEMICALS (WEEDKILLER, THINNERS ETC.), CRACKSEAL & BURNER FUEL OIL“AS AND WHEN” REQUIRED BY THE JRA FOR A PERIOD OF THREE YEARS (36 MONTHS). PROJECT DOCUMENT DATE: JULY 2020 ISSUED BY: PREPARED BY: THE MANAGING DIRECTOR Johannesburg Roads Agency (SOC) Ltd JOHANNESBURG ROADS AGENCY PRIVATE BAG X70 BRAAMFONTEIN GAUTENG 2017 TEL: 011 298 5001 FAX: 011 298 5177 NAME OF TENDERER: .......................................................................... ADDRESS : ............................................................................................. TEL : ………….. ......................... FAX : ............................................... EMAIL ADDRESS : JOHANNESBURG ROADS AGENCY (SOC) LTD (Company Registration No: 2000/028993/07)

Transcript of  · CONTRACT No. JRA/20/24 FOR PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD...

Page 1:  · CONTRACT No. JRA/20/24 FOR PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY CONCRETE & …

CONTRACT No. JRA/20/24

FOR PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD

CONSTRUCTION MATERIAL:SUPPLEMENTARY CONCRETE & STORMWATER

PRODUCTS, STEEL GRIDS AND PILLAR SUPPORT, SUPPLEMENTARY ROAD

MARKING PRODUCTS,CHEMICALS (WEEDKILLER, THINNERS ETC.),

CRACKSEAL & BURNER FUEL OIL“AS AND WHEN” REQUIRED BY THE JRA

FOR A PERIOD OF THREE YEARS (36 MONTHS).

PROJECT DOCUMENT

DATE: JULY 2020

ISSUED BY: PREPARED BY: THE MANAGING DIRECTOR Johannesburg Roads Agency (SOC) Ltd JOHANNESBURG ROADS AGENCY PRIVATE BAG X70 BRAAMFONTEIN GAUTENG 2017 TEL: 011 – 298 5001 FAX: 011 – 298 5177

NAME OF TENDERER: ..........................................................................

ADDRESS : .............................................................................................

TEL : ………….. ......................... FAX : ...............................................

EMAIL ADDRESS :

JOHANNESBURG ROADS AGENCY (SOC) LTD (Company Registration No: 2000/028993/07)

Page 2:  · CONTRACT No. JRA/20/24 FOR PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY CONCRETE & …

July 2020 TENDER PROCEDURE i

PART 1. JOHANNESBURG ROADS AGENCY

(SOC) LTD

CONTRACT NO. JRA/20/24

FOR

PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD

CONSTRUCTION MATERIAL:SUPPLEMENTARY CONCRETE & STORMWATER

PRODUCTS, STEEL GRIDS AND PILLAR SUPPORT, SUPPLEMENTARY ROAD

MARKING PRODUCTS,CHEMICALS (WEEDKILLER, THINNERS ETC.),

CRACKSEAL & BURNER FUEL OIL“AS AND WHEN” REQUIRED BY THE JRA FOR

A PERIOD OF THREE YEARS (36 MONTHS).

DOCUMENT INDEX TABLE OF CONTENTS

Contents

THE TENDER VOLUME 1 .....................................................................................................................1

PART T1 TENDER PROCEDURE ........................................................................................................1

T1.1 TENDER NOTICE AND INVITATION TO TENDER ...................................................................3

T1.2 PROJECT DESCRIPTION ....................................................................................................... 12

T1.3 TENDER DATA ........................................................................................................................ 36

F.3.11.3 EVALUATION CRITERIA ................................. ERROR! BOOKMARK NOT DEFINED.

..3.2. THE SELECTION PROCESS / EVALUATION OF BIDS .......................................................... 47

T1.4 SCHEDULE OF CONTRACT DOCUMENTS ........................................................................... 58

THE TENDER VOLUME 2 .................................................................................................................. 60

PART 2: RETURNABLE DOCUMENTS AND SCHEDULES ............................................................. 60

T2.1 LIST OF RETURNABLE DOCUMENTS ................................................................................ 61

FORMA. DECLARATION CERTIFICATE FOR LOCAL PRODUCTION AND CONTENT FOR

DESIGNATED SECTORS ( MBD 6.2)……………………………………………………………38

FORM B. CERTIFICATE OF AUTHORITY OF SIGNATORY ........................................................ 72

FORM C. DETAILS OF BIDDER .................................................................................................... 73

FORM D. FORM OF BID ................................................................................................................ 74

A. FORM D1:................................................................................................................................. 75

FORM E. RECORD OF ADDENDA TO BID DOCUMENTS .......................................................... 76

Page 3:  · CONTRACT No. JRA/20/24 FOR PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY CONCRETE & …

July 2020 TENDER PROCEDURE ii

PART 1. JOHANNESBURG ROADS AGENCY

(SOC) LTD

FORM F. MBD 6.1 POINTS CLAIMED FOR B-BBEE STATUS .................................................... 77

FORM G. DECLARATION OF INTEREST MBD 4 ............................................................. 82

FORM H. TAX COMPLIANCE REQUIREMENTS MBD 2 ........................................ 86

FORM I. CURRENT MUNICIPAL CHARGES .............................................................................. 87

FORM J. VENDOR NUMBER REGISTRATION WITH CENTRAL SUPPLIER DATABASE ........ 90

FORM K. DECLARATION OF BIDDER’S PAST SUPPLY CHAIN MANAGEMENT PRACTICES .................................................................................................................................... 91

FORM L. CERTIFICATE OF INDEPENDENT BID DETERMINATION MBD 9 ......................... 93

FORM M. RECORD OF SERVICES PROVIDED TO ORGANS OF STATE ............................. 96

FORM N. DECLARATION OF BIDDERS LITIGATION HISTORY ................................................. 98

FORM O. DECLARATION FOR PROCUREMENT ABOVE R10 MILLION (ALL APPLICABLE TAXES INCLUDED) (MBD 5) .............................................................................................................. 99

FORM P. OMISSIONS AND VARIATIONS .................................................................................. 102

FORM Q. DEFAULT CLAUSE ...................................................................................................... 103

FORM R. CERTIFICATE OF TENDERER'S VISIT TO THE SITE/ ATTENDANCE OF BRIEFING SESSION .................................................................................................................................. 104

FORM S. ELECTRONIC PAYMENT INTO BANK ACCOUNT ..................................................... 105

SCHEDULE OF COMPLIANCE ........................................................................................................ 106

FORM T. COMPANY EXPERIENCE ........................................................................................... 109

FORM U. FIRMS’ ELIGIBILITY REQUIREMENTS/BIDDERS CAPACITY TO DO ASSIGNMENT .................................................................................................................................. 113

FORM V. ADDITIONAL REQUIREMENTS FOR THE BID: ERROR! BOOKMARK NOT DEFINED.

A. METHODOLOGY AND WORK PLAN ........................... ERROR! BOOKMARK NOT DEFINED.

B. COID CERTIFICATE ISSUED BY DEPARTMENT OF LABOURERROR! BOOKMARK NOT DEFINED.

C. JOINT VENTURE AGREEMENT ........................................................................................... 118

D. LETTER OF COMMITMENT TO SUBCONTRACTING 30% TO EMES OR QSES ...... ERROR! BOOKMARK NOT DEFINED.

E. LETTER OF COMMITMENT TO SUBMIT A PERFORMANCE GUARANTEE EQUIVALENT TO 10% OF CONTRACT AMOUNT ............................................... ERROR! BOOKMARK NOT DEFINED.

F. PROOF OF REGISTRATION WITH CIDB .................... ERROR! BOOKMARK NOT DEFINED.

G. RISK IDENTIFICATION/REGISTER ............................. ERROR! BOOKMARK NOT DEFINED.

FORM W. ADDITIONAL REQUIREMENTS FOR THE BID ...................................................... 122

LATEST THREE YEARS AUDITED FINANCIAL STATEMENTS/ MEMBERS ACCOUNTS ........... 122

THE CONTRACT (VOLUME 3) ......................................................................................................... 123

AGREEMENT AND CONTRACT DATA ............................................................................................ 123

PART 1 AGREEMENT AND CONTRACT DATA ................................................................... 124

PART C1.1 CONTRACT AGREEMENT ....................................................................................... 126

MBD 7.1 CONTRACT FORM - PURCHASE OF GOODS/WORKS MBD 7.1 ............................ 127

PART C1.2 CONTRACT DATA (CONDITIONS OF CONTRACT) ................................................... 131

Page 4:  · CONTRACT No. JRA/20/24 FOR PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY CONCRETE & …

July 2020 TENDER PROCEDURE iii

PART 1. JOHANNESBURG ROADS AGENCY

(SOC) LTD

PART C1.2.1 GENERAL CONDITIONS OF CONTRACT ............................................................... 132

C1.2.2 CONDITIONS FOR THE BIDDER ........................................................................................ 145

C1.3 CONDITIONS PERTAINING TO AFFIRMATIVE PROCUREMENT ....................................... 150

PART C2 PRICING DATA ........................................................ ERROR! BOOKMARK NOT DEFINED.

C2.1: PRICING INSTRUCTIONS ...................................................................................................... 155

C2.2: PRICING AND SCHEDULE OF QUANTITIES ........................................................................ 166

PART C3 SCOPE OF WORK ............................................................................................................ 168

PART C3.1 SPECIAL CONDITIONS OF CONTRACT / TECHNICAL INFORMATION AND SPECIFICATIONS .................................................................................................................. 170

C3.2 PART B GENERAL CONDITIONS AND SPECIFICATIONS ................................................. 170

PART 5: SANS 294: 2004 ........................................................ ERROR! BOOKMARK NOT DEFINED.

C5.1 SANS 294: STANDARD CONDITIONS OF TENDER .. ERROR! BOOKMARK NOT DEFINED.

Page 5:  · CONTRACT No. JRA/20/24 FOR PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY CONCRETE & …

July 2020 TENDER PROCEDURE 1

PART 1. JOHANNESBURG ROADS AGENCY

(SOC) LTD

CONTRACT NO. JRA/20/24

FOR

PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD

CONSTRUCTION MATERIAL:SUPPLEMENTARY CONCRETE & STORMWATER

PRODUCTS, STEEL GRIDS AND PILLAR SUPPORT, SUPPLEMENTARY ROAD

MARKING PRODUCTS,CHEMICALS (WEEDKILLER, THINNERS ETC.),

CRACKSEAL & BURNER FUEL OIL“AS AND WHEN” REQUIRED BY THE JRA FOR

A PERIOD OF THREE YEARS (36 MONTHS).

THE TENDER VOLUME 1

PART T1 TENDER PROCEDURE

Page 6:  · CONTRACT No. JRA/20/24 FOR PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY CONCRETE & …

The Tender Part 1

Tender Procedures

CONTRACT No. JRA/20/24

PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY

CONCRETE & STORMWATER PRODUCTS, STEEL GRIDS AND PILLAR SUPPORT, SUPPLEMENTARY ROAD MARKING

PRODUCTS,CHEMICALS (WEEDKILLER, THINNERS ETC.), CRACKSEAL & BURNER FUEL OIL“AS AND WHEN” REQUIRED

BY THE JRA FOR A PERIOD OF THREE YEARS (36 MONTHS).

.

July 2020 TENDER PROCEDURE 2

JOHANNESBURG ROADS AGENCY (SOC) LTD

CONTRACT NO. JRA/20/24

FOR

PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD

CONSTRUCTION MATERIAL:SUPPLEMENTARY CONCRETE & STORMWATER

PRODUCTS, STEEL GRIDS AND PILLAR SUPPORT, SUPPLEMENTARY ROAD

MARKING PRODUCTS,CHEMICALS (WEEDKILLER, THINNERS ETC.),

CRACKSEAL & BURNER FUEL OIL“AS AND WHEN” REQUIRED BY THE JRA FOR

A PERIOD OF THREE YEARS (36 MONTHS).

TABLE OF CONTENTS

CONTENTS PAGE

T1.1 TENDER NOTICE AND INVITATION TO TENDER ................................................... 3

T1.2 PROJECT DESCRIPTION ....................................................................................... 12

T1.3 TENDER DATA ........................................................................................................ 36

T1.4 SCHEDULE OF CONTRACT DOCUMENTS ........................................................... 58

Page 7:  · CONTRACT No. JRA/20/24 FOR PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY CONCRETE & …

The Tender Part 1

Tender Procedures

CONTRACT No. JRA/20/24

PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY

CONCRETE & STORMWATER PRODUCTS, STEEL GRIDS AND PILLAR SUPPORT, SUPPLEMENTARY ROAD MARKING

PRODUCTS,CHEMICALS (WEEDKILLER, THINNERS ETC.), CRACKSEAL & BURNER FUEL OIL“AS AND WHEN”

REQUIRED BY THE JRA FOR A PERIOD OF THREE YEARS (36 MONTHS).

JOHANNESBURG ROADS AGENCY (SOC) LTD

CONTRACT NO. JRA/20/24

FOR

PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD

CONSTRUCTION MATERIAL:SUPPLEMENTARY CONCRETE & STORMWATER

PRODUCTS, STEEL GRIDS AND PILLAR SUPPORT, SUPPLEMENTARY ROAD

MARKING PRODUCTS,CHEMICALS (WEEDKILLER, THINNERS ETC.),

CRACKSEAL & BURNER FUEL OIL“AS AND WHEN” REQUIRED BY THE JRA

FOR A PERIOD OF THREE YEARS (36 MONTHS

T1.1 TENDER NOTICE AND INVITATION TO TENDER

Page 8:  · CONTRACT No. JRA/20/24 FOR PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY CONCRETE & …

The Tender Part 1

Tender Procedures

CONTRACT No. JRA/20/24

PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY

CONCRETE & STORMWATER PRODUCTS, STEEL GRIDS AND PILLAR SUPPORT, SUPPLEMENTARY ROAD MARKING

PRODUCTS,CHEMICALS (WEEDKILLER, THINNERS ETC.), CRACKSEAL & BURNER FUEL OIL“AS AND WHEN”

REQUIRED BY THE JRA FOR A PERIOD OF THREE YEARS (36 MONTHS).

.

July 2020 TENDER PROCEDURE 4

T1.1 TENDER NOTICE AND INVITATION TO TENDER

The Johannesburg Roads Agency invites tenders for the following:

CONTRACT NO. JRA/20/24

PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD

CONSTRUCTION MATERIAL:SUPPLEMENTARY CONCRETE & STORMWATER

PRODUCTS, STEEL GRIDS AND PILLAR SUPPORT, SUPPLEMENTARY ROAD

MARKING PRODUCTS,CHEMICALS (WEEDKILLER, THINNERS ETC.),

CRACKSEAL & BURNER FUEL OIL“AS AND WHEN” REQUIRED BY THE JRA

FOR A PERIOD OF THREE YEARS (36 MONTHS)..

The Bid document can be obtained from the Johannesburg Roads Agency, www.jra.org.za . The

document will be issued on receipt of a non-refundable deposit of R 0.00 in the form of Direct Deposit

or EFT payment. EFT/ Deposit details; Account Name: City of Johannesburg: JRA; Bank: Standard

Bank; Account No.: 00-019-791-2; Branch code: 00-02-05. Bidders to use the Company name and

Contract number as a reference. Bidders with EFT Payment from different Bank should come and

collect tenders after 24 hours of the Transfer.

The Employer is the Johannesburg Roads Agency.

Only Tenders complying with the following requirements will be considered:

i) Tenders submitted on the prescribed Form of Tender

ii) Tenders sealed in envelopes conspicuously marked as follows:

Tender Contract No JRA/2024

Johannesburg Roads Agency

75 Helen Joseph Street

Johannesburg

2000

A COMPULSORY briefing session will not be applicable for this bid; Johannesburg. All tenders and

supporting documents must be sealed and be placed in the Tender box on the ground floor of the

Johannesburg Roads Agency, 75 Helen Joseph Street, and Johannesburg before 11h00 on 31 July

2020. Tenders will immediately thereafter be opened in public and no late tenders will be accepted.

Page 9:  · CONTRACT No. JRA/20/24 FOR PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY CONCRETE & …

The Tender Part 1

Tender Procedures

CONTRACT No. JRA/20/24

PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY

CONCRETE & STORMWATER PRODUCTS, STEEL GRIDS AND PILLAR SUPPORT, SUPPLEMENTARY ROAD MARKING

PRODUCTS,CHEMICALS (WEEDKILLER, THINNERS ETC.), CRACKSEAL & BURNER FUEL OIL“AS AND WHEN”

REQUIRED BY THE JRA FOR A PERIOD OF THREE YEARS (36 MONTHS).

.

July 2020 TENDER PROCEDURE 5

The Johannesburg Roads Agency (SOC) LTD reserves the right at its discretion, to award the bid:

• Not to the lowest price bidder

• Not to the highest scoring bidder

• Not to any bidder at all.

• Successful bidders may be subjected to security vetting process and clearance before

consideration for an award by the JRA.

• In no bidder scores 70% or more on Functional/ Technical evaluation, then JRA reserves

the right to cancel the bid and re-advertise.

The attention of bidders is specifically drawn to the provisions of the Conditions of Contract, which are

included in the documents. All bids as advertised will remain valid for 120 days from the bid closing date.

For any further enquiries, please contact Johannesburg Roads Agency, [email protected]

Page 10:  · CONTRACT No. JRA/20/24 FOR PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY CONCRETE & …

The Tender Part 1

Tender Procedures

CONTRACT No. JRA/20/24

PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY

CONCRETE & STORMWATER PRODUCTS, STEEL GRIDS AND PILLAR SUPPORT, SUPPLEMENTARY ROAD MARKING

PRODUCTS,CHEMICALS (WEEDKILLER, THINNERS ETC.), CRACKSEAL & BURNER FUEL OIL“AS AND WHEN”

REQUIRED BY THE JRA FOR A PERIOD OF THREE YEARS (36 MONTHS).

.

July 2020 TENDER PROCEDURE 6

PART A

INVITATION TO BID

YOU ARE HEREBY INVITED TO BID FOR REQUIREMENTS OF THE THE JOHANNESBURG ROAD AGENCY (JRA)

BID NUMBER: JRA/20/24 CLOSING DATE: 31 July 2020 CLOSING TIME: 11:00

DESCRIPTION

PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION

MATERIAL:SUPPLEMENTARY CONCRETE & STORMWATER PRODUCTS, STEEL GRIDS AND

PILLAR SUPPORT, SUPPLEMENTARY ROAD MARKING PRODUCTS,CHEMICALS (WEEDKILLER,

THINNERS ETC.), CRACKSEAL & BURNER FUEL OIL“AS AND WHEN” REQUIRED BY THE JRA

FOR A PERIOD OF THREE YEARS (36 MONTHS).

THE SUCCESSFUL BIDDER WILL BE REQUIRED TO FILL IN AND SIGN A WRITTEN CONTRACT FORM (MBD7).

BID RESPONSE DOCUMENTS MAY BE DEPOSITED IN THE BID BOX SITUATED AT (STREET ADDRESS

JOHANNESBURG ROADS AGENCY 66 PIXELY SEME and CNR RAHIMA MOOSA STREET JOHANNESBURG 2001

SUPPLIER INFORMATION

NAME OF BIDDER

POSTAL ADDRESS

STREET ADDRESS

TELEPHONE NUMBER CODE NUMBER

CELLPHONE NUMBER

FACSIMILE NUMBER CODE NUMBER

E-MAIL ADDRESS

VAT REGISTRATION NUMBER

TAX COMPLIANCE STATUS TCS PIN: OR CSD No:

B-BBEE STATUS LEVEL VERIFICATION CERTIFICATE [TICK APPLICABLE BOX]

Yes

No

B-BBEE STATUS LEVEL SWORN AFFIDAVIT

Yes

No

[A B-BBEE STATUS LEVEL VERIFICATION CERTIFICATE/ SWORN AFFIDAVIT (FOR EMES & QSEs) MUST BE SUBMITTED IN ORDER TO QUALIFY FOR PREFERENCE POINTS FOR B-BBEE]

Page 11:  · CONTRACT No. JRA/20/24 FOR PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY CONCRETE & …

The Tender Part 1

Tender Procedures

CONTRACT No. JRA/20/24

PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY

CONCRETE & STORMWATER PRODUCTS, STEEL GRIDS AND PILLAR SUPPORT, SUPPLEMENTARY ROAD MARKING

PRODUCTS,CHEMICALS (WEEDKILLER, THINNERS ETC.), CRACKSEAL & BURNER FUEL OIL“AS AND WHEN”

REQUIRED BY THE JRA FOR A PERIOD OF THREE YEARS (36 MONTHS).

.

July 2020 TENDER PROCEDURE 7

1 ARE YOU THE ACCREDITED REPRESENTATIVE IN SOUTH AFRICA FOR THE GOODS /SERVICES /WORKS OFFERED?

Yes No [IF YES ENCLOSE PROOF]

2 ARE YOU A FOREIGN BASED SUPPLIER FOR THE GOODS /SERVICES /WORKS OFFERED?

Yes No [IF YES, ANSWER PART B:3 ]

3 TOTAL NUMBER OF ITEMS OFFERED 4 TOTAL BID PRICE R

5 SIGNATURE OF BIDDER ……………………………… 6 DATE

7 CAPACITY UNDER WHICH THIS BID IS SIGNED

BIDDING PROCEDURE ENQUIRIES MAY BE DIRECTED TO: TECHNICAL INFORMATION MAY BE DIRECTED TO:

DEPARTMENT Supply Chain Management CONTACT PERSON Mpho Mofokeng

CONTACT PERSON TELEPHONE NUMBER 011 298 5137

TELEPHONE NUMBER 011 298 5000 FACSIMILE NUMBER 011 298 5000

FACSIMILE NUMBER E-MAIL ADDRESS [email protected]

E-MAIL ADDRESS [email protected]

Page 12:  · CONTRACT No. JRA/20/24 FOR PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY CONCRETE & …

The Tender Part 1

Tender Procedures

CONTRACT No. JRA/20/24

PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY

CONCRETE & STORMWATER PRODUCTS, STEEL GRIDS AND PILLAR SUPPORT, SUPPLEMENTARY ROAD MARKING

PRODUCTS,CHEMICALS (WEEDKILLER, THINNERS ETC.), CRACKSEAL & BURNER FUEL OIL“AS AND WHEN”

REQUIRED BY THE JRA FOR A PERIOD OF THREE YEARS (36 MONTHS).

.

July 2020 TENDER PROCEDURE 8

PART B

TERMS AND CONDITIONS FOR BIDDING

1. BID SUBMISSION:

1.1. BIDS MUST BE DELIVERED BY THE STIPULATED TIME TO THE CORRECT ADDRESS. LATE BIDS WILL NOT BE ACCEPTED FOR CONSIDERATION.

1.2. ALL BIDS MUST BE SUBMITTED ON THE OFFICIAL FORMS PROVIDED– (NOT TO BE RE-TYPED) OR ONLINE

1.3. THIS BID IS SUBJECT TO THE PREFERENTIAL PROCUREMENT POLICY FRAMEWORK ACT AND THE PREFERENTIAL PROCUREMENT REGULATIONS, 2017, THE GENERAL CONDITIONS OF CONTRACT (GCC) AND, IF APPLICABLE, ANY OTHER SPECIAL CONDITIONS OF CONTRACT.

2. TAX COMPLIANCE REQUIREMENTS

2.1 BIDDERS MUST ENSURE COMPLIANCE WITH THEIR TAX OBLIGATIONS.

2.2 BIDDERS ARE REQUIRED TO SUBMIT THEIR UNIQUE PERSONAL IDENTIFICATION NUMBER (PIN) ISSUED BY SARS TO ENABLE THE ORGAN OF STATE TO VIEW THE TAXPAYER’S PROFILE AND TAX STATUS.

2.3 APPLICATION FOR THE TAX COMPLIANCE STATUS (TCS) CERTIFICATE OR PIN MAY ALSO BE MADE VIA E-FILING. IN ORDER TO USE THIS PROVISION, TAXPAYERS WILL NEED TO REGISTER WITH SARS AS E-FILERS THROUGH THE WEBSITE WWW.SARS.GOV.ZA.

2.4 FOREIGN SUPPLIERS MUST COMPLETE THE PRE-AWARD QUESTIONNAIRE IN PART B: 3.

2.5 BIDDERS MAY ALSO SUBMIT A PRINTED TCS CERTIFICATE TOGETHER WITH THE BID.

2.6 IN BIDS WHERE CONSORTIA / JOINT VENTURES / SUB-CONTRACTORS ARE INVOLVED; EACH PARTY MUST SUBMIT A SEPARATE TCS CERTIFICATE / PIN / CSD NUMBER.

2.7 WHERE NO TCS IS AVAILABLE BUT THE BIDDER IS REGISTERED ON THE CENTRAL SUPPLIER DATABASE (CSD), A CSD NUMBER MUST BE PROVIDED.

3. QUESTIONNAIRE TO BIDDING FOREIGN SUPPLIERS

3.1. IS THE ENTITY A RESIDENT OF THE REPUBLIC OF SOUTH AFRICA (RSA)? YES NO

3.2. DOES THE ENTITY HAVE A BRANCH IN THE RSA? YES NO

3.3. DOES THE ENTITY HAVE A PERMANENT ESTABLISHMENT IN THE RSA? YES NO

3.4. DOES THE ENTITY HAVE ANY SOURCE OF INCOME IN THE RSA? YES NO

3.5. IS THE ENTITY LIABLE IN THE RSA FOR ANY FORM OF TAXATION? YES NO

IF THE ANSWER IS “NO” TO ALL OF THE ABOVE, THEN IT IS NOT A REQUIREMENT TO REGISTER FOR A TAX COMPLIANCE STATUS SYSTEM PIN CODE FROM THE SOUTH AFRICAN REVENUE SERVICE (SARS) AND IF NOT REGISTER AS PER 2.3 ABOVE.

Page 13:  · CONTRACT No. JRA/20/24 FOR PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY CONCRETE & …

The Tender Part 1

Tender Procedures

CONTRACT No. JRA/20/24

PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY

CONCRETE & STORMWATER PRODUCTS, STEEL GRIDS AND PILLAR SUPPORT, SUPPLEMENTARY ROAD MARKING

PRODUCTS,CHEMICALS (WEEDKILLER, THINNERS ETC.), CRACKSEAL & BURNER FUEL OIL“AS AND WHEN”

REQUIRED BY THE JRA FOR A PERIOD OF THREE YEARS (36 MONTHS).

.

July 2020 TENDER PROCEDURE 9

NB: FAILURE TO PROVIDE ANY OF THE ABOVE PARTICULARS MAY RENDER THE BID INVALID. NO BIDS WILL BE CONSIDERED FROM PERSONS IN THE SERVICE OF THE STATE.

SIGNATURE OF BIDDER: …………………………………………… CAPACITY UNDER WHICH THIS BID IS SIGNED: …………………………………………… DATE: …………………………………………...

Page 14:  · CONTRACT No. JRA/20/24 FOR PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY CONCRETE & …

The Tender Part 1

Tender Procedures

CONTRACT No. JRA/20/24

PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY

CONCRETE & STORMWATER PRODUCTS, STEEL GRIDS AND PILLAR SUPPORT, SUPPLEMENTARY ROAD MARKING

PRODUCTS,CHEMICALS (WEEDKILLER, THINNERS ETC.), CRACKSEAL & BURNER FUEL OIL“AS AND WHEN”

REQUIRED BY THE JRA FOR A PERIOD OF THREE YEARS (36 MONTHS).

.

July 2020 TENDER PROCEDURE 10

IMPORTANT NOTICE

• Bidders should ensure that bids are delivered timeously to the correct address. If the bid is late, it will not be accepted for consideration.

• The bid box is open, 5 days a week, Monday to Friday, between 08h00 – 15h00.

• The bid box is located in the foyer on the ground floor, at 75 Helen Joseph Street.

• All bids must be submitted on the official forms – (not to be re-typed)

• All bidders must sign a security tender register when submitting their tender documents

• Writing must be in block letters and black ink.

• No bids will be considered from person in the service of the state (as defined in Regulation 1 of the Local Government: Municipal Supply Chain Management Regulations).

• This bid is subject to the Preferential Procurement Policy Framework Act and the Preferential Procurement Regulations, 2017, the General Conditions of Contract (GCC) and, if applicable, any other special conditions of contract. The JRA reserves the right not to award the bid.

ANY ENQUIRIES REGARDING THE BIDDING PROCEDURE MAY BE DIRECTED TO: Johannesburg Roads Agency (JRA) Department: Supply Chain Management (SCM) E-mail address: [email protected]

Page 15:  · CONTRACT No. JRA/20/24 FOR PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY CONCRETE & …

The Tender Part 1

Tender Procedures

CONTRACT No. JRA/20/24

PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY

CONCRETE & STORMWATER PRODUCTS, STEEL GRIDS AND PILLAR SUPPORT, SUPPLEMENTARY ROAD MARKING

PRODUCTS,CHEMICALS (WEEDKILLER, THINNERS ETC.), CRACKSEAL & BURNER FUEL OIL“AS AND WHEN”

REQUIRED BY THE JRA FOR A PERIOD OF THREE YEARS (36 MONTHS).

.

July 2020 TENDER PROCEDURE 11

JOHANNESBURG ROADS AGENCY (SOC) LTD

CONTRACT NO. JRA/20/24

FOR

PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD

CONSTRUCTION MATERIAL:SUPPLEMENTARY CONCRETE & STORMWATER

PRODUCTS, STEEL GRIDS AND PILLAR SUPPORT, SUPPLEMENTARY ROAD

MARKING PRODUCTS,CHEMICALS (WEEDKILLER, THINNERS ETC.),

CRACKSEAL & BURNER FUEL OIL“AS AND WHEN” REQUIRED BY THE JRA

FOR A PERIOD OF THREE YEARS (36 MONTHS).

BACKGROUND

The Johannesburg Roads Agency (JRA), in terms of the City of Johannesburg’s service

delivery sector strategy belongs to the Transportation Sector. The JRA’s core

competencies, based on the mandate of the organization are Planning, Design,

Construction, Operation, Control, Rehabilitation and Maintenance of the Roads and

Stormwater Infrastructure in the City of Johannesburg.

The JRA operations are conducted within 7 regions, consisting of 9 depots and 7 strategic

asset depots. Head Office is within the Johannesburg Central Business District.

The Contract is for a period of thirty six (36) months for the Provision for the Supply, Delivery

and Offloading of Road Construction Material: Supplementary Concrete & Stormwater

Products, Steel Grids and Pillar Support, Supplementary Road Marking Products, Chemicals

(Weedkiller, Thinners Etc.), Crackseal & Burner Fuel Oil “As And When” Required By The JRA

For A Period Of Three Years (36 Months).

Page 16:  · CONTRACT No. JRA/20/24 FOR PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY CONCRETE & …

The Tender Part 1

Tender Procedures

CONTRACT No. JRA/20/24

PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY

CONCRETE & STORMWATER PRODUCTS, STEEL GRIDS AND PILLAR SUPPORT, SUPPLEMENTARY ROAD MARKING

PRODUCTS,CHEMICALS (WEEDKILLER, THINNERS ETC.), CRACKSEAL & BURNER FUEL OIL“AS AND WHEN”

REQUIRED BY THE JRA FOR A PERIOD OF THREE YEARS (36 MONTHS).

.

July 2020 TENDER PROCEDURE 12

T1.2 PROJECT DESCRIPTION

PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD

CONSTRUCTION MATERIAL:SUPPLEMENTARY CONCRETE & STORMWATER

PRODUCTS, STEEL GRIDS AND PILLAR SUPPORT, SUPPLEMENTARY ROAD

MARKING PRODUCTS,CHEMICALS (WEEDKILLER, THINNERS ETC.),

CRACKSEAL & BURNER FUEL OIL“AS AND WHEN” REQUIRED BY THE JRA

FOR A PERIOD OF THREE YEARS (36 MONTHS).

Page 17:  · CONTRACT No. JRA/20/24 FOR PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY CONCRETE & …

The Tender Part 1

Tender Procedures

CONTRACT No. JRA/20/24

PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY

CONCRETE & STORMWATER PRODUCTS, STEEL GRIDS AND PILLAR SUPPORT, SUPPLEMENTARY ROAD MARKING

PRODUCTS,CHEMICALS (WEEDKILLER, THINNERS ETC.), CRACKSEAL & BURNER FUEL OIL“AS AND WHEN”

REQUIRED BY THE JRA FOR A PERIOD OF THREE YEARS (36 MONTHS).

.

July 2020 TENDER PROCEDURE 13

T1.2 DESCRIPTION OF THE WORKS

JOHANNESBURG ROADS AGENCY (SOC) LTD

CONTRACT NO. JRA/20/24

FOR

1. PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY CONCRETE & STORMWATER PRODUCTS, STEEL GRIDS AND PILLAR SUPPORT, SUPPLEMENTARY ROAD MARKING PRODUCTS,CHEMICALS (WEEDKILLER, THINNERS ETC.), CRACKSEAL & BURNER FUEL OIL“AS AND WHEN” REQUIRED BY THE JRA FOR A PERIOD OF TH BACKGROUND

The Johannesburg Roads Agency (JRA) is a municipal owned company established by the City of Johannesburg in South Africa. We are responsible for the construction and maintenance of road infrastructure within the City of Johannesburg. The JRA intends to enter into a contract with an eligible supplier/s for the provision for the supply, delivery and offloading of road construction material for the below categories:

1. Category 1: Supplementary Concrete and Stormwater Products, 2. Category 2: Steel grids and Pillar Supports 3. Category 3: Supplementary Road Marking Products, 4. Category 4: Chemicals (Weedkiller, Thinners Etc.) 5. Category 5: Crackseal and Burner Fuel Oil

The contract will be on an “as and when” required basis by the JRA head office and Depots for a period of three years (36 months). The goods and services to be supplied and delivered are those specific items described and listed under various categories in the tables below. 2. THE JRA RESERVES THE RIGHT:

a. To cancel and / or terminate the bid process at any stage, including after the closing date and or after the presentation has been made, and / or after the bid have been evaluated and / or after the preferred bidder/s have been notified of their status of such;

b. To cancel and/or terminate the contract or part thereof, post the award/s with consultation with the Supplier if is deemed necessary

c. Not to award or cancel this tender at any time and shall not be bond to accept the lowest or any bid.

Page 18:  · CONTRACT No. JRA/20/24 FOR PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY CONCRETE & …

The Tender Part 1

Tender Procedures

CONTRACT No. JRA/20/24

PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY

CONCRETE & STORMWATER PRODUCTS, STEEL GRIDS AND PILLAR SUPPORT, SUPPLEMENTARY ROAD MARKING

PRODUCTS,CHEMICALS (WEEDKILLER, THINNERS ETC.), CRACKSEAL & BURNER FUEL OIL“AS AND WHEN”

REQUIRED BY THE JRA FOR A PERIOD OF THREE YEARS (36 MONTHS).

.

July 2020 TENDER PROCEDURE 14

d. To negotiate with one or more preferred bidder/s identified in the evaluation process, regarding any terms and conditions, including prices without offering the same opportunity to any other bidder/s who has not been awarded the status of the preferred bidder/s.

e. To accept part of the tender rather than the whole tender f. To award a tender based on which bidder is offered the best value for money, even if such tender is not

the lowest priced tender. g. To terminate or amend the requirements of this contract at any point during the life cycle of the

contract. h. To appoint a reserve bidder that can be utilised at any time during the contract when necessary. i. To award contracts to more than one Supplier for the same item. j. To award the bid per category, complete group or per item however preference will be given to Bidders

that bid for all groups and items. 3. QUANTITIES

a) Quantities are indefinite, figures provided in the pricing schedule are projections based on previous usage and purely for evaluation purposes does not provide any guarantee whatsoever to the supplier in terms of the quantity of goods required for the duration of the contract

b) The Supplier shall be required to supply whatever quantities the JRA shall require during the period of the contract; in this case “as and when” required for a period of three years (36 months), irrespective of the extent by which the total quantities ordered may vary from those stated, if any.

4. TIME AND METHOD OF DELIVERY a) Orders will be issued during the period commencing from date of award stating the quantities required

by the JRA. b) The JRA reserves the right not to order some items listed in the bid document during the contract

period c) Road Construction Material must be delivered and offloaded only during working hours (i.e. 08:00 to

15:00) Monday to Friday (no material will be received on Saturday, Sundays and Public holidays) when ordered upon an official letter, purchasing order or form of order issued by the JRA or as amended from time to time by the JRA. Road Construction Material delivered outside the above period will not be accepted.

d) If necessary, the Supplier will be permitted to deliver and offload Road Construction Material to the specified JRA offices and depots within the region of the City of Johannesburg, outside the above working hours with no additional payment.

e) All Road Construction Material must be supplied and delivered as and where required and as directed by the JRA Official in charge.

f) Delivery instructions by means of a formal purchasing order will be issued by a JRA representative stating the quantities of Road Construction Material required, rates and places of delivery.

g) The place of delivery shall be at various Johannesburg Roads Agency offices and depots within the region of the City of Johannesburg inter alia to those specified in the table below:

Page 19:  · CONTRACT No. JRA/20/24 FOR PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY CONCRETE & …

The Tender Part 1

Tender Procedures

CONTRACT No. JRA/20/24

PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY

CONCRETE & STORMWATER PRODUCTS, STEEL GRIDS AND PILLAR SUPPORT, SUPPLEMENTARY ROAD MARKING

PRODUCTS,CHEMICALS (WEEDKILLER, THINNERS ETC.), CRACKSEAL & BURNER FUEL OIL“AS AND WHEN”

REQUIRED BY THE JRA FOR A PERIOD OF THREE YEARS (36 MONTHS).

.

July 2020 TENDER PROCEDURE 15

DEPOT / OFFICE PHYSICAL ADDRESS

Avalon (Region G) Calanduler Road, Klipspruit West/ Next to Avalon Cemetery

Asphalt Plant 8 Spring Street, Ophirton

Benrose 185 Main Road, Newtown

Dobsonville (Region D) 2 Jonas Moabi Street, Dobsonville

Hamberg (Region C) 159 Hamberg Road,Hamberg

Main Stores 9 Stephens Road, Ophirton

Midrand (Region A) 6 Dale Road, Glen Austin

Motorways Corner End and Meikle Streets, City & Suburban

Norwood (Region E) 15 Short Street, Corner Short & PineOrchards

RSD 9 Steven Road, Ophirton, Booysens

Strydompark (Region B) Corner Hans Strydom and Hans Schoeman Roads, Strydompark

Traffic Marking Central 1 Goch Street, Corner Main Street, Newtown

Traffic Marking North 5 Commerce Crescent, West, East Gate, Extension 13

Traffic Marking South Corner End and Meikle Streets, City & Suburban

Waterval (Region B) Corner Johannes and Alberts Streets, Albertsville

Zandfontein (Region E) 5 Commerce Crescent, West, East Gate, Extension 13

Traffic Signals & Markings 1 Goch Street, Corner Main Street, Newtown

Fleet and Plant Depot 350 Albertina Sisulu Street, Fordsburg

Head Office 75 Helen Joseph Street, Newtown Johannesburg

h) Road Construction Material must not be delivered to the specified office until the quantity has been

checked by the responsible JRA official in charge and accepted as correct. Road Construction Material delivered without this provision being complied with, must be removed immediately at the Supplier’s expense.

i) All Road Construction Material to be delivered and offloaded must be adequately and appropriately packed, crated, battened and/or covered securely in such a manner as to prevent damage and ensure

Page 20:  · CONTRACT No. JRA/20/24 FOR PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY CONCRETE & …

The Tender Part 1

Tender Procedures

CONTRACT No. JRA/20/24

PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY

CONCRETE & STORMWATER PRODUCTS, STEEL GRIDS AND PILLAR SUPPORT, SUPPLEMENTARY ROAD MARKING

PRODUCTS,CHEMICALS (WEEDKILLER, THINNERS ETC.), CRACKSEAL & BURNER FUEL OIL“AS AND WHEN”

REQUIRED BY THE JRA FOR A PERIOD OF THREE YEARS (36 MONTHS).

.

July 2020 TENDER PROCEDURE 16

that the quality levels during loading, transport and off-loading are maintained; unless otherwise specified packing cases and packing materials are included in the purchase price and shall be and remain the property of the JRA.

j) Bidders should ensure that they sufficient resources for offloading of material as it will be their sole responsibility to ensure offloading is done without the assistance of JRA personnel.

k) All deliveries of Road Construction Material shall be accompanied by a delivery note giving the mass as well as the volume of the load and no deliveries will be accepted without this information. Each load shall have its mass determined on an assigned mass measuring bridge. The Supplier shall ensure that an authorized employee of the JRA has taken receipt of each delivery of Road Construction Material.

5. QUALITY STANDARDS SANS standards as well as all other related standards to be complied with notwithstanding any further standards

to be disclosed by the bidder/supplier to the JRA in the table provided (Forms to be filled). Certificates of

compliance to such standards disclosed to the JRA must accompany the bid and be attached on the page

provided (Forms to be filled) should there be such in existence

6. DESCRIPTION OF REQUIRED GOODS AND RELATED SPECIAL CONDITIONS

6.1 CATEGORY 1: SUPPLEMENTARY CONCRETE AND STORMWATER PRODUCTS

GROUP A: KERBS

NO. DESCRIPTION 1 SIZE SPECIFICATION UOM

1. MOUNTABLE KERBS (FIGURE 8B)

1000 X 300 X 150 (FIG8B) HEAVY DUTY KERBS .SANS STANDARD CLASS 25/13.2MM: 25MPA CONCRETE WITH 13.2MM AGGREGATES STONES, CURED FOR 28 DAYS OR MORE

EACH

2. HALF BATTERED KERBS (FIGURE 5)

330 X 75 X 280 MM (FIG5) EACH

3. SEMI-MOUNTABLE KERBS (FIGURE 7)

330 X 180 X 280( FIG7) EACH

4. CORNER KERBS (FIGURE 8) 300 X 300 X 175 (FIG 8) EACH

5. SEMI-MOUNTABLE KERBS (FIGURE 7)

1000 X 180 X 280 (FIG7) EACH

6. PAVING EDGE KERBS (FIGURE 12)

750 X 75 X 150 (FIG12) EACH

7. PAVING EDGE KERBS (FIGURE 12)

500 X 75 X 150 (FIG12) EACH

8. MOUNTABLE KERBS (FIGURE 8B)

1000 X 300 X 200 ( FIG8B)

EACH

9. MOUNTABLE KERBS (FIGURE 8C)

330 X 300 X 200 (FIG8C) EACH

Page 21:  · CONTRACT No. JRA/20/24 FOR PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY CONCRETE & …

The Tender Part 1

Tender Procedures

CONTRACT No. JRA/20/24

PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY

CONCRETE & STORMWATER PRODUCTS, STEEL GRIDS AND PILLAR SUPPORT, SUPPLEMENTARY ROAD MARKING

PRODUCTS,CHEMICALS (WEEDKILLER, THINNERS ETC.), CRACKSEAL & BURNER FUEL OIL“AS AND WHEN”

REQUIRED BY THE JRA FOR A PERIOD OF THREE YEARS (36 MONTHS).

.

July 2020 TENDER PROCEDURE 17

GROUP B: KI TOPS AND SLABS

NO. DESCRIPTION 1 SIZE SPECIFICATION UOM

1. KI TOPS SLABS WITH SERVICE HOLES

1980 X 1000 X 100 SANS STANDARD CLASS 25/13.2MM: 25MPA CONCRETE WITH 13.2MM AGGREGATES, CURED FOR 28 DAYS OR MORE. WELDED MESH WIRE REF NO: 617/ ALTERNATIVELY Y10 @200 C/C

EACH

2. KI TOPS SLABS WITH SERVICE HOLES

1800 X 600 X 100 EACH

3. SLABS HALVE 1070 X 450 X 100 EACH

4. PEDESTRIAN RAMP

BLOCKS 450 X 450 X 50 EACH

5. KERB INTAKE COVER SLABS

(PLAIN) WITH SLING HOLE 1200 X 600 X 100 EACH

6.

HEAVY DUTY INTAKE

SLABS (PLAIN) WITH SLING

HOLES)

1980 X 1070 X 90 EACH

GROUP C: STORMWATER PRODUCTS

NO. DESCRIPTION 1 DESCRIPTION 2 UOM

1. GEO PIPES PVC, 110MM X 6M, (SUBSOIL) EACH

2. PIPE

SUB SOIL PIPE 150*6M EACH

3. SUB SOIL CLOTH

SUB SOIL CLOTH 150*5.3*10M EACH

4. GABION MATTRESS BOXES (2X1X.3) 2M LONG X 1M WIDE X 3M HIGH, HEXAGONAL

WOVEN WIRE MESH, HEAVILY ZINC COATED

AND PVC COATED WIRE

EACH

GROUP D: MISCELLANEOUS PRODUCTS

Page 22:  · CONTRACT No. JRA/20/24 FOR PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY CONCRETE & …

The Tender Part 1

Tender Procedures

CONTRACT No. JRA/20/24

PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY

CONCRETE & STORMWATER PRODUCTS, STEEL GRIDS AND PILLAR SUPPORT, SUPPLEMENTARY ROAD MARKING

PRODUCTS,CHEMICALS (WEEDKILLER, THINNERS ETC.), CRACKSEAL & BURNER FUEL OIL“AS AND WHEN”

REQUIRED BY THE JRA FOR A PERIOD OF THREE YEARS (36 MONTHS).

.

July 2020 TENDER PROCEDURE 18

NO. DESCRIPTION 1 DESCRIPTION 2 UOM

1. CEMENT 50KG, 42.5N PORTLAND CEMENT BAG

2. CONCRETE PREMIX 25KG BAGS, CLASS 19 / 20 (20 MPA) BAG

3. LIME 25KG, HYDRATED LIME FOR SOIL STABILIZATION

BAG

4. RIVER SAND BAGS 25 KG WASHED BAG

5. BRICKS CLAY, 222 X 90 X 73 MM, 30 MPA STRENGTH,

8-10% WATER ABSORPTION EACH

6.1.1 SAMPLES TESTING AND ACCEPTANCE

a) The JRA reserves the right to request samples of specific items from shortlisted bidders b) The bidder will be handed a receipt for samples delivered c) Failure to submit samples as required will render the bidder liable to rejection on the ground of being

incomplete d) The sample/s furnished by the bidder must comply with the specifications as specified within the

Technical information and specification or else the bid will be rejected on the basis of non- compliance e) Should the samples furnished by the bidder be correct as per the specifications provided and required, it

will be retained and should the bidder be successful, all future deliveries post appointment must be in strict accordance with the samples furnished, upon shortlisting

f) The sampling method used to identify and validate the specifications of the sample/s provided will be strictly in accordance with sampling methods for Concrete Products as used by the JRA

g) The JRA reserves the right to sample and test the product delivered post appointment of the Supplier and no charge shall be made by the Supplier for the items removed as samples

h) From time to time during the contract period, samples of Concrete Products will be withdrawn from batches supplied by the Supplier and checked for compliance with the original samples submitted to the JRA and with the information on the Technical Data Sheet provided

i) If the samples fail to comply in any respects with the original sample submitted provided, the batch from which the sample taken shall be rejected and must be removed at once at the Supplier’s expense.

j) All Concrete Products test to be carried out by the supplier at his/her own cost k) NOTE: Certain fine grained sand and stone originating from the Beaufort Series and Karoo Systems

which are known by reputation, local experience or tests, to exhibit excessive shrinkage when used in concrete, are unacceptable by the Johannesburg Roads Agency or his duly authorized representative.

6.1.2 THE APPLICABLE STANDARDIZED SPECIFICATIONS – CONCRETE PRODUCTS a) The Standard Specifications for all associated civil work applicable to this Contract shall be: b) SANS Description

28 : Metal ties for cavity walls (1986) 227 : Burnt clay masonry units (2007) 282 : Bending dimensions and scheduling of steel reinforcement for concrete (2004) 523 : Limes for use in building (2007) 558 : Cast iron surface boxes and manhole and inspection covers and frames (1973) 674 : 2008 920 : Steel bars for concrete reinforcement (2005)

Page 23:  · CONTRACT No. JRA/20/24 FOR PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY CONCRETE & …

The Tender Part 1

Tender Procedures

CONTRACT No. JRA/20/24

PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY

CONCRETE & STORMWATER PRODUCTS, STEEL GRIDS AND PILLAR SUPPORT, SUPPLEMENTARY ROAD MARKING

PRODUCTS,CHEMICALS (WEEDKILLER, THINNERS ETC.), CRACKSEAL & BURNER FUEL OIL“AS AND WHEN”

REQUIRED BY THE JRA FOR A PERIOD OF THREE YEARS (36 MONTHS).

.

July 2020 TENDER PROCEDURE 19

1024 : Welded steel fabric for reinforcement of concrete (2006) 3001 : Aggregates from natural sources - Aggregates for concrete (2016) 3001 : Aggregates from natural sources - Fine aggregates for plaster and mortar (2016) 1200 A : General (1986) 1200 G : Concrete (Structural) (1982) 1200 GA : Concrete (Small works) (1982) 1200 GE : Precast Concrete (1984) 50196 : Portland cement exbidders Part 1: Ground granulated blast-furnace slag 50196 : Portland cement exbidders Part 2: Fly ash (2006) 50196 : Portland cement exbidders Part 3: Condensed Silica fume (2006) 50196 : Cement - Part 1: Composition, specifications and conformity criteria for common EN 197-1 cement 3001 : Presence of chlorides in aggregates 3001 : Concrete tests - Sampling of freshly mixed concrete (2016) 3001 : Concrete tests - Consistence of freshly mixed concrete - Slump test (2016) 3001 : Concrete tests - Compressive strength of hardened concrete (2016) 3001 : Concrete tests - Compressive strength of hardened concrete (2016) 3001 : Concrete tests - The drilling, preparation, and testing for compressive strength of cores

taken from hardened concrete (2016)

All the above documents are not issued with this volume but are available at the Supplier’s expense

available from: SANS

6.2 CATEGORY 2: STEEL GRIDS

GROUP A: STEEL GRIDS AND PILLAR SUPPORT

NO. DESCRIPTION 1 DESCRIPTION 2 UOM

1. STEEL PILLAR 140 MM HIGH, STEEL PILLAR SUPPORTS (DETAILS ON FIGURE 1)

EACH

2. STEEL GRID 1000 X 500 X 50 MM GALVANIZED EACH

3. STEEL GRID 1000 X 350 MM GALVANIZED EACH

4. STEEL GRID 880 X 600 MM, GALVANIZED EACH

5. STEEL GRID 1600 X 450 MM, STEEL GRID FOR GRID INLETS, GALVANIZED

EACH

6. STEEL GRID 1600 X 450 MM, DOUBLE HINGED STEEL GRIDS, GALVANIZED

EACH

7. STEEL GRID 600 X 880 MM, HINGED STEEL GRIDS, GALVANIZED

EACH

8. STEEL GRID 1600 X 456 MM, STEEL GRIDS GALVANIZED EACH

9. STEEL ROUND BAR R 10MM DIAMETER X 6M EACH

Page 24:  · CONTRACT No. JRA/20/24 FOR PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY CONCRETE & …

The Tender Part 1

Tender Procedures

CONTRACT No. JRA/20/24

PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY

CONCRETE & STORMWATER PRODUCTS, STEEL GRIDS AND PILLAR SUPPORT, SUPPLEMENTARY ROAD MARKING

PRODUCTS,CHEMICALS (WEEDKILLER, THINNERS ETC.), CRACKSEAL & BURNER FUEL OIL“AS AND WHEN”

REQUIRED BY THE JRA FOR A PERIOD OF THREE YEARS (36 MONTHS).

.

July 2020 TENDER PROCEDURE 20

Figure 1: Kerb Inlet Support

Page 25:  · CONTRACT No. JRA/20/24 FOR PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY CONCRETE & …

The Tender Part 1

Tender Procedures

CONTRACT No. JRA/20/24

PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY

CONCRETE & STORMWATER PRODUCTS, STEEL GRIDS AND PILLAR SUPPORT, SUPPLEMENTARY ROAD MARKING

PRODUCTS,CHEMICALS (WEEDKILLER, THINNERS ETC.), CRACKSEAL & BURNER FUEL OIL“AS AND WHEN”

REQUIRED BY THE JRA FOR A PERIOD OF THREE YEARS (36 MONTHS).

.

July 2020 TENDER PROCEDURE 21

6.3 CATEGORY 3: SUPPLEMENTARY ROAD MARKING PRODUCTS

GROUP A: ROAD MARKING PRODUCTS

NO. DESCRIPTION 1 DESCRIPTION 2 UOM

1. PAINT UNDERCOAT 5LT LITER

2. PAINT PRIMER, 5LT LITER

3. PAINT BLACK ENEMEL 5LT LITER

4. PAINT GREY ENAMEL 5LT LITER

5. PAINT SILVER ALUMINUM ENAMEL 5LT LITER

6. PAINT WHITE ENAMEL 5LT LITER

7. PAINT RED ENAMEL 5LT LITER

8. PAINT YELLOW ENAMEL 5LT LITER

9. SEALANT 550W ELASTIC GREY 20L LITER

10. GLASSBEADS CKS192 X 25KG KG

6.3.1 ACCEPTANCE OF ROAD MARKING PRODUCTS SUPPLIED AND DELIVERED a) The paint supplied must be of good quality and ensure compliance with the latest issue of SANS

Specifications b) The bidder must submit the Technical Data Sheet attached including the test methods used on their

products. This will indicate whether the paint items supplied, is in compliance with the SANS standards or not.

6.3.2 GENERAL SPECIFICATIONS FOR ENAMEL PAINT a) The high gloss enamel paints must have an outdoor life of 5 years and more and must be suitable

for applications to both interior and exterior primed timber, metal work and painted/unpainted concrete kerbs

b) The black enamel paint is required to be a general-purpose paint type for use as a protective coating on site, wood and concrete surfaces exposed to moderately corrosive environments

c) The undercoating and primer is required for brush application to timber, metal work, and painted/unpainted kerbs. It must be suitable for both interior and exterior surfaces

d) Colour for enamel paint must comply with SANS 1091 and are as follows:

• White

• Post Office Red

• Golden Yellow

Page 26:  · CONTRACT No. JRA/20/24 FOR PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY CONCRETE & …

The Tender Part 1

Tender Procedures

CONTRACT No. JRA/20/24

PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY

CONCRETE & STORMWATER PRODUCTS, STEEL GRIDS AND PILLAR SUPPORT, SUPPLEMENTARY ROAD MARKING

PRODUCTS,CHEMICALS (WEEDKILLER, THINNERS ETC.), CRACKSEAL & BURNER FUEL OIL“AS AND WHEN”

REQUIRED BY THE JRA FOR A PERIOD OF THREE YEARS (36 MONTHS).

.

July 2020 TENDER PROCEDURE 22

• Battleship Grey

• Silver Aluminium

• Black e) Post Office Red colour must comply with the latest issue of CKS 279 / D30 f) Tinting of the white base paints in order to obtain various pastel shades must be possible g) The paints submitted must show good colour stability

6.3.2.1 ODOUR:

a) The odour of the paint supplied, must not be excessively pungent or disagreeable both in the container and during application.

6.3.2.2 APPLICATION: a) The paint must be supplied in a ready-mixed condition and must flow and spread easily and show

no excessive pull under the brush. The dried film must be free of brush marks, lapping streaks or other surface imperfections

b) The paint must be supplied ready mixed and suitable for both brush and roller application. When applied to both vertical and horizontal surfaces, it must flow evenly and show good levelling properties. The dry film must show good adhesion and be free from brush marks, lapping streaks, sage or other surface imperfections

6.3.3 WATER SOLUBLE ACRYLIC MASONARY SEALER PRIMER

6.3.3.1 GENERAL a) The paint supplied must be for application to both painted and unpainted concrete kerbs, all of

which have weathered for some years

6.3.3.2 COLOUR a) The colours required by the JRA must comply with SANS 1091 and are as follows:

i. White ii. Black

b) Further to the above colours the bidder must supply a list of any further colours that can be supplied, if required, at the quoted price

6.3.3.3 COMPOSITION AND QUALITY a) The paint supplied, must be of good quality, fungus resistant and will be expected to have a life of

five years and more. b) The paint supplied, must comply with the latest issue of SANS specification 634 / 1416: 2013. c) The pigments of the tints used must be fast to both alkali and light. Preservatives, stabilizers,

thickening, antifoam and dispersing agents may be included d) The quality of components present, which are volatile at 105⁰C, must not exceed 50%

Page 27:  · CONTRACT No. JRA/20/24 FOR PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY CONCRETE & …

The Tender Part 1

Tender Procedures

CONTRACT No. JRA/20/24

PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY

CONCRETE & STORMWATER PRODUCTS, STEEL GRIDS AND PILLAR SUPPORT, SUPPLEMENTARY ROAD MARKING

PRODUCTS,CHEMICALS (WEEDKILLER, THINNERS ETC.), CRACKSEAL & BURNER FUEL OIL“AS AND WHEN”

REQUIRED BY THE JRA FOR A PERIOD OF THREE YEARS (36 MONTHS).

.

July 2020 TENDER PROCEDURE 23

6.3.3.4 CONDITION, STORAGE AND ODOUR a) The paint supplied, must not have an offensive odour and must not have any lumps or exhibit any

separation of liquid or excessive settlement that cannot be readily re – dispersed from time of delivery up to six month’s storage, under normal conditions in a fully closed container

6.3.3.5 APPLICATION a) The paint/material must be easy to apply by brush or roller and possess good flow, spreading and

joining properties b) The paint must dry to a uniformly hard, smooth film, which adheres well and can be satisfactorily

recoated by brushing or roller coating

6.3.3.6 THINNING a) The paint must be supplied ready for use by brush or roller application. No further addition of

water/thinners must be necessary

6.3.4 PACKAGING AND CONTAINERS/TINS/DRUMS a) All paint items supplied, must be done so in safe and secure containers/tins/drums that are

approved by the SANS for packaging and storage of paint products and must comply with Clause 10 of the SCC, below

b) Defective, leaking and/or non-compliant containers/tins/drums will not be accepted and must be replaced by the Supplier at the Suppliers expense

c) All containers/tins/drums must be clearly marked with the letters “JRA” and the supplier must ensure that the containers/tins/drums have a single unique colour that will indicate that the specific container/tin/drum is the property of the JRA.

d) In addition, all containers/tins/drums must be labelled with the following information: o “JRA property” o Product description o Brand name o Supplier’s name o Direction for use (where applicable) o Batch identification mark/code (may be the order and contract number)

e) All empty containers/tins/drums must be collected from the JRA store, office and/or depot at which they were delivered within 7 days, after issue of notification to the Supplier of empty containers/tins/drums being available for the collection and disposal thereof, as per ICO 14000 guidelines at no extra cost to the JRA

Page 28:  · CONTRACT No. JRA/20/24 FOR PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY CONCRETE & …

The Tender Part 1

Tender Procedures

CONTRACT No. JRA/20/24

PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY

CONCRETE & STORMWATER PRODUCTS, STEEL GRIDS AND PILLAR SUPPORT, SUPPLEMENTARY ROAD MARKING

PRODUCTS,CHEMICALS (WEEDKILLER, THINNERS ETC.), CRACKSEAL & BURNER FUEL OIL“AS AND WHEN”

REQUIRED BY THE JRA FOR A PERIOD OF THREE YEARS (36 MONTHS).

.

July 2020 TENDER PROCEDURE 24

6.4 CATEGORY 4: CHEMICALS (WEEDKILLER, THINNERS ETC.)

GROUP A: CHEMICALS

NO. DESCRIPTION 1 DESCRIPTION 2 UOM

1. THINNERS LACQUER - 5 LITERS, 100% MINERAL SPIRITS, SUITABLE FOR USE ON TOOLS AND BRUSHES

EACH

2. TURPENTINE OIL PAINT THINNER, CLEANER, 500ML EACH

3. TOLUENE 210 LITERS EACH

4. THERMAL OIL 320 AND 220 DRUMS EACH

5. WEEDKILLER

GLYPHOSATE, 20L, CONCENTRATE OR SIMILAR

EACH

6. WEEDKILLER

25KG SPIKE GR 50 POWDER POISON FOR WEED KILLING

EACH

6.4.1 ACCEPTANCE OF BURNER FUEL OIL SUPPLIED AND DELIVERED

a) The bidder must ensure that all items supplied, comply with the relevant specifications/standards provided in the table above.

b) Bidders must provide comprehensive technical data sheets for chemicals items in category 4 together with the bid document.

6.4.2 SAFETY a) Safe storage data and instruction manuals must be provided and accompany the items; by the

Supplier to the JRA official upon delivery. These safety storage data and instructions must be explained and demonstrated to the JRA official present

b) Material safety data sheets (MSDS) must be provided and accompany the items, by the Supplier (i.e. as the weed killer consists of chemicals and or possible hazardous / harmful substances) and explained to the JRA official present

c) Due to the items being of a chemical nature and/or possible hazardous / harmful chemical makeup; the Supplier must ensure that a chemical formula breakdown sheet is provided and accompany any of such mentioned items and that these are explained to the JRA official present

d) Safe operating procedures must be provided and accompany the items, by the Supplier and these must be explained to the JRA official present

e) A complete list of all the safety related documentation, if required must be provided by the Supplier

Page 29:  · CONTRACT No. JRA/20/24 FOR PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY CONCRETE & …

The Tender Part 1

Tender Procedures

CONTRACT No. JRA/20/24

PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY

CONCRETE & STORMWATER PRODUCTS, STEEL GRIDS AND PILLAR SUPPORT, SUPPLEMENTARY ROAD MARKING

PRODUCTS,CHEMICALS (WEEDKILLER, THINNERS ETC.), CRACKSEAL & BURNER FUEL OIL“AS AND WHEN”

REQUIRED BY THE JRA FOR A PERIOD OF THREE YEARS (36 MONTHS).

.

July 2020 TENDER PROCEDURE 25

6.5 CATEGORY 5: CRACKSEAL AND BURNER FUEL OIL

6.5.1 CRACKSEAL

6.5.1.1 ACCEPTANCE OF POLYMER MODIFIED CRACK SEALANT SUPPLIED AND DELIVERED f) The crackseal required shall be Modified Binder Crack Sealant, Code: TG 1-2015 g) It is the responsibility of the Supplier to ensure that all Polymer Modified Crack Sealant supplied,

delivered and offloaded conforms to the specifications provided above, is in accordance to those in the pricing schedule and is appropriate or else will be rejected

h) The bidder must supply comprehensive details of any proprietary products so that such products can be evaluated during the adjudication of tenders and if not, these will be rejected

i) Preference will be given to products supplied in a form ready for use j) In compliance with NEMA, No TAR products will be accepted k) Samples of Polymer Modified Crack Sealant items will be taken by the JRA’s representative and

evaluated in accordance with the relevant TG 1-2015, other related and/or JRA standard specification or such a standard as preferred by the JRA on an ad hoc basis. If the sample fails to comply with the specification as deemed by such an individual, the group from which the sample was taken will be rejected and must be returned immediately at the Supplier’s expense.

l) In addition to the above, the Polymer Modified Crack Sealant supplied and delivered must comply to the following technical data (as per the code/s mentioned below):

m) Each bidder must complete the relevant portions of the Technical Data Sheet in respect of the product offered (provided within the functional evaluation section of the bid). Preference will be given to products for which full technical data is furnished especially in respect of product/s not generally in wide spread use either by the Council or other road authorities.

PROPERTY

UNIT CLASS

C-E1 CC-E1 C-R1

Softening point deg. C >80 >80 55-65

Elastic Recovery @ 15 deg. C % >80 >60 -

Dynamic viscosity @ 190 deg. C dPa.s - - 20-40

Dynamic viscosity @ 165 deg. C Pa.s <0.65 - -

Dynamic viscosity @ 25 deg. C Pa.s - <0.8 -

Resilience @ 25 deg.C % - - 13-40

Flow Mm - - 15-70

Binder content (m/m) % - >55 -

Page 30:  · CONTRACT No. JRA/20/24 FOR PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY CONCRETE & …

The Tender Part 1

Tender Procedures

CONTRACT No. JRA/20/24

PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY

CONCRETE & STORMWATER PRODUCTS, STEEL GRIDS AND PILLAR SUPPORT, SUPPLEMENTARY ROAD MARKING

PRODUCTS,CHEMICALS (WEEDKILLER, THINNERS ETC.), CRACKSEAL & BURNER FUEL OIL“AS AND WHEN”

REQUIRED BY THE JRA FOR A PERIOD OF THREE YEARS (36 MONTHS).

.

July 2020 TENDER PROCEDURE 26

6.5.1.2 PACKAGING

a) The Polymer Modified Crack Sealant must be packaged in 25 litre tins

6.5.1.3 SAMPLES AND TESTING a) The JRA reserves the right to request samples of specific items from those bidders b) The bidder must send samples of the required product (the specific product being that as

stipulated in the table in Clause 12 above) for testing to the Asphalt Plant - Materials Laboratory, 8 Spring Street, Ophirton. Contact: John Ash (011 556 5300) at any time between the closing of tenders and the awarding of the contract.

c) The following sample/s must be supplied by the Supplier: o A 5 litre sample of the Polymer Modified Crack Sealant

d) The bidder will be handed a receipt for materials/samples delivered e) Those samples delivered must be in a package form that is robust and clean and is to be clearly

marked or labelled indicating the contract number, name of bidder and contact number and the product contained therein

f) Failure to submit samples as required will render the bidder liable to rejection on the ground of being incomplete

g) The sample/s furnished by the bidder must comply with the specifications as specified within the Technical data sheet or else the bid will be rejected on the basis of non- compliance

h) Should the samples furnished by the bidder be correct as per the specifications provided and required, it will be retained and should the bidder be successful, all future deliveries post appointment must be in strict accordance with the samples furnished, upon shortlisting

i) The sampling method used to identify and validate the specifications of the sample/s provided will be strictly in accordance with sampling methods for Polymer Modified Crack Sealant as used by the JRA

j) The JRA reserves the right to sample and test any or all of the items specified on the pricing schedule delivered post appointment of the Supplier and no charge shall be made by the Supplier for the items removed as samples.

k) From time to time during the contract period, samples of Polymer Modified Crack Sealant will be withdrawn from batches supplied by the Supplier and checked for compliance with the original samples submitted to the JRA and with the information on the Technical Data Sheet provided

l) If the samples fail to comply in any respects with the original sample submitted and with the information on the Technical Data Sheet provided, the batch from which the sample was taken shall be rejected and must be removed at once at the Supplier’s expense.

m) Each consignment will be held by the JRA holding store until the result is known and payment will only be made after satisfactory test results have been obtained

n) The tests mentioned above will be conducted where required by the JRA on the samples provided and or withdrawn from batches delivered to the JRA where the samples will be subjected to practical application tests and they will be further tested according to those testing methods as specified within TG 1-2015, where applicable

o) In addition, no test Polymer Modified Crack Sealant refunds will be considered and the Supplier shall be liable for the cost of such tests

Page 31:  · CONTRACT No. JRA/20/24 FOR PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY CONCRETE & …

The Tender Part 1

Tender Procedures

CONTRACT No. JRA/20/24

PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY

CONCRETE & STORMWATER PRODUCTS, STEEL GRIDS AND PILLAR SUPPORT, SUPPLEMENTARY ROAD MARKING

PRODUCTS,CHEMICALS (WEEDKILLER, THINNERS ETC.), CRACKSEAL & BURNER FUEL OIL“AS AND WHEN”

REQUIRED BY THE JRA FOR A PERIOD OF THREE YEARS (36 MONTHS).

.

July 2020 TENDER PROCEDURE 27

6.5.1.4 SAFETY a) All Polymer Modified Crack Sealant supplied, delivered and offloaded to the JRA must be done

so within the correct safety procedures so as not to cause any damage, safety risks or harm to any person involved either from the Supplier or the JRA.

b) Safe storage data and instruction manuals must be provided and accompany the Polymer Modified Crack Sealant, if required; by the Supplier to the JRA official upon delivery. These safety storage data and instructions must be explained and demonstrated to the JRA official present.

c) Material safety data sheets (MSDS) must be provided and accompany the Polymer Modified Crack Sealant if required, by the Supplier (i.e. any items consisting of chemicals and or possible hazardous / harmful substances) and explained to the JRA official present.

d) As the delivery is of items of a chemical nature and/or possible hazardous / harmful chemical makeup; the Supplier must ensure that a chemical formula breakdown sheet is provided and accompany the Polymer Modified Crack Sealant and that these are explained to the JRA official present.

e) Safe operating procedures must be provided and accompany the , by the Supplier and these must be explained to the JRA official present

f) A complete list of all the safety related documentation to be provided must be indicated

6.5.2 BURNER FUEL OIL

6.5.2.1 ACCEPTANCE OF BURNER FUEL OIL SUPPLIED AND DELIVERED a) The Burner fuel oil supplied shall be in the in accordance with the below technical data:

PROPERTY UNITS TYPICAL RESULT LIMITS TEST METHOD

Water Content Mass % 0.39 0.5 Max ASTM D4377

Density @ 200c Kg/l 0.94 Report ASTM D1298

Flash Point 0c >90 65 Min ASTM D93

Ash Content Mass % 1.57 2 Max ASTM D482

Viscosity @ 200c cSt 511 Report ASTM D7042

Sulphur Mass % 1.5 2 Max ASTM D4294

Page 32:  · CONTRACT No. JRA/20/24 FOR PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY CONCRETE & …

The Tender Part 1

Tender Procedures

CONTRACT No. JRA/20/24

PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY

CONCRETE & STORMWATER PRODUCTS, STEEL GRIDS AND PILLAR SUPPORT, SUPPLEMENTARY ROAD MARKING

PRODUCTS,CHEMICALS (WEEDKILLER, THINNERS ETC.), CRACKSEAL & BURNER FUEL OIL“AS AND WHEN”

REQUIRED BY THE JRA FOR A PERIOD OF THREE YEARS (36 MONTHS).

.

July 2020 TENDER PROCEDURE 28

b) The Bidder must provide a laboratory report from and SANAS accredited laboratory inclusive of

comprehensive technical data sheets together with the bid document: o The technical data specifications of the products must be as per the Technical data tables

provided above (should match the report that is to be submitted/attached with the bid). None compliance to the above standards will result the bid as non-responsive.

6.5.2.2 DELIVERY

a) A laboratory report from an SANAS accredited laboratory must also accompany each delivery and must clearly indicate: o The technical data specifications of the products being delivered as per the Technical data

tables provided (should match the report that is to be submitted/attached with the bid) b) All Burner Fuel Oil to be delivered and Offloaded must be adequately and appropriately packed,

crated, battened and/or covered securely in such a manner as to prevent damage/dilution/deterioration and ensure that the quality levels during loading, transport and off-loading are maintained; unless otherwise specified packing cases/containers/drums/tankers and packing materials are included in the purchase price and shall be and remain the property of the JRA.

6.5.2.3 SAMPLES a) If requested to do so by the JRA, the bidder must send samples of the required product for

testing to the JRA Materials Laboratory, 8 Spring Street, Ophirton, at any time between the closing of tenders and the awarding of the contract or post award.

b) Should samples be requested, the bidder will be handed a receipt for materials/samples delivered. A copy of the receipt must be provided to the JRA prior to appointment.

c) Those samples delivered must be in a package form that is robust and clean and is to be clearly marked or labelled indicating the contract number, name of bidder and the product contained therein

d) The samples furnished by the bidder will be retained and should the bidder be successful, all future deliveries post appointment must be in strict accordance with the samples furnished upon shortlisting

6.5.2.4 PLANT & EQUIPMENT a) All plant and equipment shall be of adequate rated capacity and in good working condition, free

from any fuel or oil leaks, and shall be operated by properly qualified operators. b) All vehicles and plant used for the delivery of Burner Fuel Oil products shall be thoroughly

cleaned to prevent contamination by the previous contents of the vehicle or plant. c) All vehicles used must have a minimum capacity of 25 000l, be well insulated, and be provided

with adequate pumping and heating equipment (when required for delivery to the JRA) d) The bidder must ensure that all discharge pipes of vehicles are adaptable to the storage tanks

at the JRA depots/offices where deliveries are to be made as well as at the suppliers plant/works where collections are to be made

e) The bidder shall indicate the number and capacity of all suppliers/distributors to be used

Page 33:  · CONTRACT No. JRA/20/24 FOR PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY CONCRETE & …

The Tender Part 1

Tender Procedures

CONTRACT No. JRA/20/24

PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY

CONCRETE & STORMWATER PRODUCTS, STEEL GRIDS AND PILLAR SUPPORT, SUPPLEMENTARY ROAD MARKING

PRODUCTS,CHEMICALS (WEEDKILLER, THINNERS ETC.), CRACKSEAL & BURNER FUEL OIL“AS AND WHEN”

REQUIRED BY THE JRA FOR A PERIOD OF THREE YEARS (36 MONTHS).

.

July 2020 TENDER PROCEDURE 29

6.5.2.5 DECANTING a) The bidder must provide Technical Data Sheet describing the method they intend to use for

decanting into JRA’s tanks and safety precautions that are intended to be adopted for the prevention of fires or bursting of hose pipes, etc. The section of safety of Supplier’s suppliers/distributors must also be completed if applicable.

b) Appointed Supplier must familiarize themselves with pipes and fittings at decanting site.

7. SELECTION PROCESS

This Contract is estimated to have a value below R 50 million and consequently the 80/20-point system will

apply. 80 Points max will apply to Price (Ps) and 20 points will apply to B-BBEE status. The evaluation of bids

will be undertaken in terms of the MFMA. The bid will be evaluated in three phases as follows:

7.1 PHASE 1:

The first phase is the pre-compliance evaluation of the SCM returnable schedules. Bidders that are not

compliant with the minimum requirements of phase one, will not go through to the second phase.

STAGE 1: PRE-COMPLIANCE

Bidders will have to complete and submit all returnable documents requested in the bidding document to

determine their eligibility to participate in the tender. Failure to complete and submit the documents may lead

to disqualification of your bid. Only those bidders that are responsive to the submission requirements at this

stage will be further evaluated at phase 2.

STAGE 2: THE PREQUALIFYING CRITERIA FOR THIS BID SHALL BE APPLIED AS FOLLOWS:

Page 34:  · CONTRACT No. JRA/20/24 FOR PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY CONCRETE & …

The Tender Part 1

Tender Procedures

CONTRACT No. JRA/20/24

PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY

CONCRETE & STORMWATER PRODUCTS, STEEL GRIDS AND PILLAR SUPPORT, SUPPLEMENTARY ROAD MARKING

PRODUCTS,CHEMICALS (WEEDKILLER, THINNERS ETC.), CRACKSEAL & BURNER FUEL OIL“AS AND WHEN”

REQUIRED BY THE JRA FOR A PERIOD OF THREE YEARS (36 MONTHS).

.

July 2020 TENDER PROCEDURE 30

a) This bid is designated to bidders categorised as Exempted Micro Enterprise (EME) and Qualified Small Enterprise (QSE), however QSEs will be required to subcontract as follows:

Sub-contracting 30% with the following designated groups:

(a) An EME or QSE which is at least 51% Black Owned (b) An EME or QSE which is at least 51% owned by black youth (c) An EME or QSE which is at least 51% Black Women Owned (d) An EME or QSE which is 51% owned by black people living in rural or underdeveloped areas

and / or townships (e) A Cooperative which is at least 51% owned by black people. (f) An EME or QSE which is at least 51% owned by black people who are military veterans

Page 35:  · CONTRACT No. JRA/20/24 FOR PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY CONCRETE & …

The Tender Part 1

Tender Procedures

CONTRACT No. JRA/20/24

PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY CONCRETE & STORMWATER PRODUCTS,

STEEL GRIDS AND PILLAR SUPPORT, SUPPLEMENTARY ROAD MARKING PRODUCTS,CHEMICALS (WEEDKILLER, THINNERS ETC.), CRACKSEAL & BURNER FUEL

OIL“AS AND WHEN” REQUIRED BY THE JRA FOR A PERIOD OF THREE YEARS (36 MONTHS).

b) Quality Standards.

Bidders must submit the information required below only for the categories they wish to bid for. Bidders that fail to submit the below

information/documents will not be evaluated further and the bid will be considered none-responsive.

CATEGORY PRE-QUALIFYING CRITERIA CONFIRMATION OF PARTICIPATION BY BIDDER BY INDICATING THE “YES / NO”

CATEGORY 1: SUPPLEMENTARY CONCRETE AND STORMWATER PRODUCTS

Bidders must submit SANAS accredited laboratory test result or technical data sheet and mix designs confirming that the items conform SANS indicated above.

CATEGORY 3: SUPPLEMENTARY ROAD MARKING PRODUCTS

Bidders must submit SANAS accredited laboratory test result or technical data sheet confirming that the items conform to the below SANS:

Paint Products SANS Code

High gloss enamels paints must comply with the latest issue of SANS Specification as desirable in

SANS 681 of 2014

Undercoats and primers to comply with latest issue of SANS Specification as described in

SANS 681 of 2014 and SANS 1416 of 2013

Color must comply with SANS 1091 as follows

• Post Office Red

• White

SANS 1091

Page 36:  · CONTRACT No. JRA/20/24 FOR PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY CONCRETE & …

The Tender Part 1

Tender Procedures

CONTRACT No. JRA/20/24

PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY CONCRETE & STORMWATER PRODUCTS,

STEEL GRIDS AND PILLAR SUPPORT, SUPPLEMENTARY ROAD MARKING PRODUCTS,CHEMICALS (WEEDKILLER, THINNERS ETC.), CRACKSEAL & BURNER FUEL

OIL“AS AND WHEN” REQUIRED BY THE JRA FOR A PERIOD OF THREE YEARS (36 MONTHS).

.

July 2020 TENDER PROCEDURE 32

CATEGORY PRE-QUALIFYING CRITERIA CONFIRMATION OF PARTICIPATION BY BIDDER BY INDICATING THE “YES / NO”

• Golden Yellow

• Battleship Grey

• Silver Aluminum

• Black

Post Office Red must comply with the latest issue of CKS 279 / D30.

CATEGORY 4: CHEMICALS (WEEDKILLER, THINNERS ETC.)

Bidders must provide comprehensive technical data sheets for chemicals items in category 4 together with the bid document.

CATEGORY 5: CRACKSEAL AND BURNER FUEL OIL

CRACKSEAL The bidder must be the manufacturer of the required product and must provide comprehensive technical data sheets together with the bid document. Bidders that are not the manufacturer must obtain the technical data sheets from the manufacture and a letter of undertaking for supply. Bidders that do not comply with the requirements on the technical data sheet will not be evaluated further to the second Stage. Failure to fully complete the table below or submit the required information will result in the bid offer being none responsive and set aside from further consideration. The bidder must complete/submit the test methods used and the class details of the product to be supplied. The below information is required from the test methods sheets.

Page 37:  · CONTRACT No. JRA/20/24 FOR PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY CONCRETE & …

The Tender Part 1

Tender Procedures

CONTRACT No. JRA/20/24

PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY CONCRETE & STORMWATER PRODUCTS,

STEEL GRIDS AND PILLAR SUPPORT, SUPPLEMENTARY ROAD MARKING PRODUCTS,CHEMICALS (WEEDKILLER, THINNERS ETC.), CRACKSEAL & BURNER FUEL

OIL“AS AND WHEN” REQUIRED BY THE JRA FOR A PERIOD OF THREE YEARS (36 MONTHS).

.

July 2020 TENDER PROCEDURE 33

CATEGORY PRE-QUALIFYING CRITERIA CONFIRMATION OF PARTICIPATION BY BIDDER BY INDICATING THE “YES / NO”

BURNER FUEL OIL The bidder must be the manufacturer of the required product and must provide comprehensive SANAS accredited laboratory report and technical data sheets together with the bid document. Bidders that are not the manufacturer must obtain the technical data sheets from the manufacture and a letter of undertaking with credit limit of R 500 000. The SANAS accredited laboratory report must provide comprehensive technical data sheets together with the bid document:

• The technical data specifications of the products must respond to the technical data tables provided below:

Page 38:  · CONTRACT No. JRA/20/24 FOR PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY CONCRETE & …

The Tender Part 1

Tender Procedures

CONTRACT No. JRA/20/24

PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY CONCRETE & STORMWATER PRODUCTS,

STEEL GRIDS AND PILLAR SUPPORT, SUPPLEMENTARY ROAD MARKING PRODUCTS,CHEMICALS (WEEDKILLER, THINNERS ETC.), CRACKSEAL & BURNER FUEL

OIL“AS AND WHEN” REQUIRED BY THE JRA FOR A PERIOD OF THREE YEARS (36 MONTHS).

.

July 2020 TENDER PROCEDURE 34

CATEGORY PRE-QUALIFYING CRITERIA CONFIRMATION OF PARTICIPATION BY BIDDER BY INDICATING THE “YES / NO”

PROPERTY UNITS RESULTS LIMITS TEST METHOD

Water Content Mass %

Density @ 200c Kg/l

Flash Point 0c

Ash Content Mass %

Viscosity @ 200c cSt

Sulphur Mass %

Page 39:  · CONTRACT No. JRA/20/24 FOR PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY CONCRETE & …

The Tender Part 1

Tender Procedures

CONTRACT No. JRA/20/24

PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY

CONCRETE & STORMWATER PRODUCTS, STEEL GRIDS AND PILLAR SUPPORT, SUPPLEMENTARY ROAD MARKING

PRODUCTS,CHEMICALS (WEEDKILLER, THINNERS ETC.), CRACKSEAL & BURNER FUEL OIL“AS AND WHEN” REQUIRED BY

THE JRA FOR A PERIOD OF THREE YEARS (36 MONTHS).

.

July 2020 T1.3 TENDER DATA 35

7.2 PHASE 2: TECHNICAL EVALUATION

The threshold for technical functionality evaluation is set at 70% in order to be evaluated further to the third phase

for Price and B-BBEE. If no bidder scores 70% or more on the functionality assessment, then the JRA reserves the

right to lower the score to 60%. If no bidders score 60% or more on functionality assessment, the bid will be cancelled

and re-advertised.

7.2.1 THE WEIGHTING FOR SCORING WILL BE AS FOLLOWS:

CRITERIA WEIGHTING

COMPANY EXPERIENCE:

Company must have three (3) or more, years of experience in the supply and delivery of

Road Construction Materials. Bidder must have been awarded a contract to a value of R 1

000 000.00 in the past 3 years.

40

REFERENCES:

Bidders must submit a minimum of three (3) contactable referees indicating that such

project were successfully executed. The reference letter should not be dated more than

twelve (12) months.

30

DELIVERY/LEAD TIME:

The bidder must be able to deliver any quantity orders for item/s within 4 days from date of

order of any value stated by the JRA. Longer delivery periods will score minimum points.

Bidders are required to provide lead times in the Pricing Schedule provided in the bid

document. Bidders should note that the lead times provided in the bid are binding and will

be assessed post award.

30

TOTAL 100

Page 40:  · CONTRACT No. JRA/20/24 FOR PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY CONCRETE & …

The Tender Part 1

Tender Procedures

CONTRACT No. JRA/20/24

PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY

CONCRETE & STORMWATER PRODUCTS, STEEL GRIDS AND PILLAR SUPPORT, SUPPLEMENTARY ROAD MARKING

PRODUCTS,CHEMICALS (WEEDKILLER, THINNERS ETC.), CRACKSEAL & BURNER FUEL OIL“AS AND WHEN” REQUIRED BY

THE JRA FOR A PERIOD OF THREE YEARS (36 MONTHS).

.

July 2020 T1.3 TENDER DATA 36

T1.3 TENDER DATA

Page 41:  · CONTRACT No. JRA/20/24 FOR PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY CONCRETE & …

The Tender Part 1

Tender Procedures

CONTRACT No. JRA/20/24

PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY

CONCRETE & STORMWATER PRODUCTS, STEEL GRIDS AND PILLAR SUPPORT, SUPPLEMENTARY ROAD MARKING

PRODUCTS,CHEMICALS (WEEDKILLER, THINNERS ETC.), CRACKSEAL & BURNER FUEL OIL“AS AND WHEN”

REQUIRED BY THE JRA FOR A PERIOD OF THREE YEARS (36 MONTHS).

.

July 2020 T1.3 TENDER DATA 37

T1.3 TENDER DATA

Clause

number Conditions of Tender

The conditions of tender are the Standard Conditions of Tender as contained in Annex F of

SANS 294, Construction Procurement Processes, Procedures and Methods. (See Volume 3

The Contract, Part 5 Annexures – C5.1 Standard Conditions of Tender Annex F).

The standard conditions of tender for procurements make several references to the tender data

for details that apply specifically to this tender. The tender data shall have precedence in the

interpretation of any ambiguity or inconsistency between it and the standard conditions of

tender.

Each item of tender data given below is cross-referenced to the clause in the standard

conditions of tender to which it mainly applies.

F.1.1 The employer is the Johannesburg Roads Agency

F.1.2 The tender documents issued by the employer comprise:

THE TENDER

Part 1: Tender Procedures (Volume 1)

T1.1 Tender notice and invitation to tender

T1.2 Project Description

T1.3 Tender data

Part 2: Returnable Documents and Schedules (Volume 2)

Part 2.Returnable Documents And Schedules

T2.1 List of Returnable Documents

T2.2 Returnable Schedules

THE CONTRACT (VOLUME 3)

Part 1: Agreements and contract data

Page 42:  · CONTRACT No. JRA/20/24 FOR PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY CONCRETE & …

The Tender Part 1

Tender Procedures

CONTRACT No. JRA/20/24

PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION

MATERIAL:SUPPLEMENTARY CONCRETE & STORMWATER PRODUCTS, STEEL GRIDS AND PILLAR SUPPORT,

SUPPLEMENTARY ROAD MARKING PRODUCTS,CHEMICALS (WEEDKILLER, THINNERS ETC.), CRACKSEAL &

BURNER FUEL OIL“AS AND WHEN” REQUIRED BY THE JRA FOR A PERIOD OF THREE YEARS (36 MONTHS).

38 | P a g e

Part 2: Pricing data

Pricing Schedule

Part 3: Scope of Work

Special Conditions of Contract

JRA Technical Specifications

F.1.4 The Employer’s agent is:

JRA Assistant Manager.

Contact person Mpho Mofokeng

Tel: 011 298 5137

Fax: 011 298 5000

E-mail: [email protected]

F 2.1

Only those Bidders who meet the following requirements are eligible to submit tenders.

F.2.1.1 Bidders will not be eligible to submit a Bid if:

1) The Bidder submitting the Bid is under restrictions or has principals who are under restriction

to participate in the JRA’s procurement due to corrupt of fraudulent practices;

2) The Bidder does not have the legal capacity to enter into the contract;

3) The Bidder submitting the Bid is insolvent, in receivership, bankrupt or being wound up, has

his/her affairs administered by a court or a judicial officer, has suspended his business

activities, or is subject to legal proceedings in respect of the foregoing;

The Bidder cannot demonstrate that he possesses the necessary professional and competent

technical qualifications, financial resources, equipment and other physical facilities, managerial

capability, personnel, experience and reputation to perform the contract.

Page 43:  · CONTRACT No. JRA/20/24 FOR PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY CONCRETE & …

The Tender Part 1

Tender Procedures

CONTRACT No. JRA/20/24

PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION

MATERIAL:SUPPLEMENTARY CONCRETE & STORMWATER PRODUCTS, STEEL GRIDS AND PILLAR SUPPORT,

SUPPLEMENTARY ROAD MARKING PRODUCTS,CHEMICALS (WEEDKILLER, THINNERS ETC.), CRACKSEAL &

BURNER FUEL OIL“AS AND WHEN” REQUIRED BY THE JRA FOR A PERIOD OF THREE YEARS (36 MONTHS).

39 | P a g e

F2.2

Cost of

Tendering

The JRA will not compensate the tenderer for any costs incurred in attending interviews or making

any submissions in the office of the JRA

F.2.7 The arrangements for the compulsory clarification meeting are:

Not Applicable for this bid

F.2.13. A one-envelope procedure will be followed.

F.2.13.3 Parts of each tender offer communicated on paper shall be submitted as an original, plus one copy.

F.2.13.5

Bidders are requested to deliver the submission in Two Envelopes. The JRA’s address for delivery

of tender offers and identification details to be shown on each tender offer package are:

Title to appear on envelope:

CONTRACT No. JRA/20/24 PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF

ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY CONCRETE & STORMWATER

PRODUCTS, STEEL GRIDS AND PILLAR SUPPORT, SUPPLEMENTARY ROAD MARKING

PRODUCTS,CHEMICALS (WEEDKILLER, THINNERS ETC.), CRACKSEAL & BURNER FUEL

OIL“AS AND WHEN” REQUIRED BY THE JRA FOR A PERIOD OF THREE YEARS (36

MONTHS).

RETURNABLES

This envelope must contain the Returnables, SCM Documentation. This envelope must contain

printed copies of all the pages in this document, duly completed and signed.

2. CONTRACT No. JRA/20/24 PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING

OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY CONCRETE & STORMWATER

PRODUCTS, STEEL GRIDS AND PILLAR SUPPORT, SUPPLEMENTARY ROAD MARKING

PRODUCTS,CHEMICALS (WEEDKILLER, THINNERS ETC.), CRACKSEAL & BURNER FUEL

OIL“AS AND WHEN” REQUIRED BY THE JRA FOR A PERIOD OF THREE YEARS (36

MONTHS).

The envelope must contain The Contract, Pricing Schedules as Volume 3 and Annexures. This

envelope must contain printed copies of all the pages in this document, duly completed and signed.

For identification purposes, bidders are requested to ensure that the envelopes containing the

company’s bids are clearly marked, and are easily identifiable by the company’s logo or name.

Page 44:  · CONTRACT No. JRA/20/24 FOR PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY CONCRETE & …

The Tender Part 1

Tender Procedures

CONTRACT No. JRA/20/24

PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION

MATERIAL:SUPPLEMENTARY CONCRETE & STORMWATER PRODUCTS, STEEL GRIDS AND PILLAR SUPPORT,

SUPPLEMENTARY ROAD MARKING PRODUCTS,CHEMICALS (WEEDKILLER, THINNERS ETC.), CRACKSEAL &

BURNER FUEL OIL“AS AND WHEN” REQUIRED BY THE JRA FOR A PERIOD OF THREE YEARS (36 MONTHS).

40 | P a g e

Location of tender box: Ground Floor of the Johannesburg Roads Agency (North Wing)

Physical address: 75 Helen Joseph street ,Johannesburg

Identification details: TENDER BOX

F.2.15 The closing time for submission of tender offers is 11h00 on 31 July 2020.

The Johannesburg Roads Agency is not obliged to accept the lowest or any tender and reserves the

right to accept any tender in whole or in part.

F.2.15 Telephonic, telegraphic, telex, facsimile or e-mailed tender offers will not be accepted.

F.2.16 The tender offer validity period is 120 days.

F2.22 Return all retained tender documents within 28 days after the expiry of the tender validity period.

F.2.23 The Tenderer is required to submit with his tender:

1) A unique security personal identification number (PIN) from SARS which enables JRA to access online real-time verification of a person’s tax compliance status with the electronic Tax Compliance Status (TCS) system;

2) An original bank rating from the Tenderers relevant bank. 3) Refer to Part T2.1 of this Procurement Document for a list of all additional documents that

are to be returned with the tender. 4) Vendor Number Registration with Central Supplier Database.

Add the

following new

clause

F2.24

Canvassing and obtaining of additional information by tenderers

The Tenderer shall not make any attempt either directly or indirectly to canvass any of the JRA’s

officials or the JRA’s agent in respect of his tender, after the opening of the tenders but prior to the

JRA arriving at a decision thereon.

The Tenderer shall not make any attempt to obtain particulars of any relevant information, other than

that disclosed at the opening of tenders.

Page 45:  · CONTRACT No. JRA/20/24 FOR PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY CONCRETE & …

The Tender Part 1

Tender Procedures

CONTRACT No. JRA/20/24

PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION

MATERIAL:SUPPLEMENTARY CONCRETE & STORMWATER PRODUCTS, STEEL GRIDS AND PILLAR SUPPORT,

SUPPLEMENTARY ROAD MARKING PRODUCTS,CHEMICALS (WEEDKILLER, THINNERS ETC.), CRACKSEAL &

BURNER FUEL OIL“AS AND WHEN” REQUIRED BY THE JRA FOR A PERIOD OF THREE YEARS (36 MONTHS).

41 | P a g e

Add the

following new

clause

F2.25

Prohibitions on awards to persons in service of the state

The Employer is prohibited to award a tender to a person -

a) who is in the service of the state; or

b) if that person is not a natural person, of which any director, manager, principal

shareholder or stakeholder is a person in the service of the state; or

c) a person who is an advisor or consultant contracted with the municipality or

Municipal entity.

In the service of the state means to be -

a) a member of:-

• any municipal council;

• any provincial legislature; or

• the National Assembly or the National Council of Provinces;

b) a member of the board of directors of any municipal entity;

c) an official of any municipality or municipal entity;

d) an employee of any national or provincial department;

e) provincial public entity or constitutional institution within the meaning of the Public

Finance Management Act, 1999 (Act No.1 of 1999);

f) a member of the accounting authority of any national or provincial public entity; or

g) an employee of Parliament or a provincial legislature.

In order to give effect to the above, the questionnaire for the declaration of interests in the

tender of persons in service of state in part T2 of this procurement document must be

completed.

F.3 Employer’s Undertakings

F.3.1 Respond to clarification

Respond to a request for clarification received up to five days before the tender closing time stated

in the tender data and notify all tenderers who drew procurement documents.

F.3.2 Issue addenda

If necessary, issue addenda that may amend or amplify the tender documents to each tenderer

during the period from the date of the tender notice until 7 days before the tender closing time stated

in the tender data. If, as a result of the issuing of addenda, a tenderer applies for an extension to

the closing time stated in the tender data, the employer may grant such extension and shall then

notify all tenderers who drew documents.

Page 46:  · CONTRACT No. JRA/20/24 FOR PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY CONCRETE & …

The Tender Part 1

Tender Procedures

CONTRACT No. JRA/20/24

PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION

MATERIAL:SUPPLEMENTARY CONCRETE & STORMWATER PRODUCTS, STEEL GRIDS AND PILLAR SUPPORT,

SUPPLEMENTARY ROAD MARKING PRODUCTS,CHEMICALS (WEEDKILLER, THINNERS ETC.), CRACKSEAL &

BURNER FUEL OIL“AS AND WHEN” REQUIRED BY THE JRA FOR A PERIOD OF THREE YEARS (36 MONTHS).

42 | P a g e

F.3.4 The time and location for opening of the tender offers are:

11h00 on 31 July 2020 on the ground floor (north wing) of the Johannesburg Roads Agency, 75

Helen Joseph Street, Johannesburg.

F.3.9 Arithmetical errors, omissions and discrepancies

F.3.9.1

Check the highest ranked tenders or tenderers with the highest number of tender evaluation points after the evaluation of tender offers in accordance with F.3.11 for:

a) the gross misplacement of the decimal point in any unit rate; b) omissions made in completing the pricing schedule or bills of quantities; or c) arithmetic errors in:

i) line item totals resulting from the product of a unit rate and a quantity in bills of quantities or schedules of prices; or

ii) the summation of the prices.

F.3.9.2

The arithmetical errors shall be corrected in the following manner:

a) Where there is a discrepancy between the amounts in words and amounts in

Figures, the amount in words shall govern.

b) If bills of quantities or pricing schedules apply and there is an error in the line item total

resulting from the product of the unit rate and the quantity, the line item total shall govern

and the rate shall be corrected. Where there is an obviously gross misplacement of the

decimal point in the unit rate, the line item total as quoted shall govern, and the unit rate

shall be corrected.

c) Where there is an error in the total of the prices either as a result of other

Corrections required by this checking process or in the tenderer's addition of prices, the

total of the prices shall govern and the tenderer will be asked to revise selected item

prices (and their rates if bills of quantities apply) to achieve the tendered total of the

prices.

The Tender Offer will be rejected if the tenderer does not correct or accept the Correction of

the arithmetical error in the manner described above.

Page 47:  · CONTRACT No. JRA/20/24 FOR PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY CONCRETE & …

The Tender Part 1

Tender Procedures

CONTRACT No. JRA/20/24

PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION

MATERIAL:SUPPLEMENTARY CONCRETE & STORMWATER PRODUCTS, STEEL GRIDS AND PILLAR SUPPORT,

SUPPLEMENTARY ROAD MARKING PRODUCTS,CHEMICALS (WEEDKILLER, THINNERS ETC.), CRACKSEAL &

BURNER FUEL OIL“AS AND WHEN” REQUIRED BY THE JRA FOR A PERIOD OF THREE YEARS (36 MONTHS).

43 | P a g e

F.3.11 The procedure for the evaluation of responsive tenders is Method 1

The financial offer will be scored using Formula 1 (option 1) using appropriate formula, depending

on whether Contract amount is Less than OR More than R50 000 000 as follows:-

THE 80/20 OR 90/10 PREFERENCE POINT SYSTEMS

A maximum of 80 or 90 points is allocated for price on the following basis: 80/20 or 90/10

−−=

min

min180

P

PPtPs or

−−=

min

min190

P

PPtPs

Where

Ps = Points scored for price of bid under consideration

Pt = Price of bid under consideration

Pmin = Price of lowest acceptable bid

In terms of Regulation 5 (2) and 6 (2) of the Preferential Procurement Regulations , preference

points must be awarded to a Bidder for attaining the B-BBEE status level of contribution in accordance with the table below:

B-BBEE Status Level of

Contributor

Number of points

(90 / 10 system)

Number of points

(80 / 20 system)

1 10 20

2 9 18

3 6 14

4 5 12

5 4 8

6 3 6

7 2 4

8 1 2

Non-compliant contributor 0 0

Bid offers will only be accepted on condition that :

a) the bidder has in his or her possession a unique security personal identification number (PIN) issued by the South African Revenue Services;

b) the bidder or any of its directors is not listed in the Register of Bid Defaulters in terms of the Prevention and Combating of Corrupt Activities Act of 2004 as a person prohibited from doing business with the public sector; and

c) the bidder has not:

i. abused the Employer’s Supply Chain Management System; or

Page 48:  · CONTRACT No. JRA/20/24 FOR PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY CONCRETE & …

The Tender Part 1

Tender Procedures

CONTRACT No. JRA/20/24

PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION

MATERIAL:SUPPLEMENTARY CONCRETE & STORMWATER PRODUCTS, STEEL GRIDS AND PILLAR SUPPORT,

SUPPLEMENTARY ROAD MARKING PRODUCTS,CHEMICALS (WEEDKILLER, THINNERS ETC.), CRACKSEAL &

BURNER FUEL OIL“AS AND WHEN” REQUIRED BY THE JRA FOR A PERIOD OF THREE YEARS (36 MONTHS).

44 | P a g e

ii. failed to perform on any previous contract and has been given a written notice to this effect; and

d) Has completed the Compulsory Enterprise Questionnaire and there are no conflicts of interest which may impact on the bidder’s ability to perform the contract in the best interests of the employer or potentially comprise the bid process.

F.3.11.2

Evaluation Criteria:

i) Preferential Procurement Regulations, 2017 issued in terms of section 5 of the Preferential

Procurement Policy Framework Act, Act Number 5 of 2000 (PPPFA) will apply to this bid, It

should be noted that the relevant preference point system (80/20 or 90/10) to be utilized. The

90/10 preference point system is applicable to bids with a rand value above R50 million (all

applicable taxes included) whilst the 80/20 preference point system is applicable to bids

with a rand value below R50 million (all applicable taxes included).

ii) The Functionality Evaluation is indicated below and a full Assessment schedule in on Evalution

iii) Experience of the Firm/Company in terms of the stated requirements of the project.

iv) Track record/potential of the tendering company/firm to serve as a stable contractual partner.

v) Price as per proposal submission

vi) The B-BBEE Preference Benefit and Financial Plans of the Bidders who pass the Definitely Not

Negotiable Phase will be evaluated for ward of the contract.

vii) The points allocated as contemplated in (MBD 6.1) in the Preferential Procurement Policy

Framework Act, 2017.

viii) The evaluation of Bids will be undertaken in terms of the MFMA

The tender process requires the technical and pricing proposals to be submitted. Weighting with

respect to response evaluation will be applied according to the following broad guidelines:

Section A: Supply Chain Management Pre-Compliance

Bidders must submit the following documents. Failure to submit these forms may lead to

disqualification of your bid.

All required certificate attached:

• Completed and signed MBD 1

• Completed and signed Declaration of interest (MBD 4)

• Completed and signed Points Claimed For B-BBEE Status (MBD6.1)

Page 49:  · CONTRACT No. JRA/20/24 FOR PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY CONCRETE & …

The Tender Part 1

Tender Procedures

CONTRACT No. JRA/20/24

PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION

MATERIAL:SUPPLEMENTARY CONCRETE & STORMWATER PRODUCTS, STEEL GRIDS AND PILLAR SUPPORT,

SUPPLEMENTARY ROAD MARKING PRODUCTS,CHEMICALS (WEEDKILLER, THINNERS ETC.), CRACKSEAL &

BURNER FUEL OIL“AS AND WHEN” REQUIRED BY THE JRA FOR A PERIOD OF THREE YEARS (36 MONTHS).

45 | P a g e

• Declaration Certificate For Local Production And Content For Designated Sectors

(MBD 6.2)

• Complete and signed Declaration of Bidders past Supply Chain Practices (MBD 8)

• Completed and signed Certificate of Independent Bidder determination (MBD 9)

• Certified Joint Venture Agreement (In case of Joint Ventures and Consortium, (if

applicable)

• Latest three year audited financial statements for Companies as required by law ( if

applicable to the bid)

• In the case of Close Corporation or those not required by law to have audited

statements, the three year financial statements must be signed by the Managing

Member of the Company/CC.

• Complete and signed Declaration of Procurement above R10 Million (all applicable taxes included) (MBD 5)

Other Submissions to be submitted with tender document

• The completed tender document shall be scanned page by page and saved in .pdf

format on a CD submitted with the documents. (Soft Copy)

• Copy of the completed tender document (Hard Copy)

• Original or Certified copy of B-BBEE Certificate issued by SANAS accredited

verification agent (MBD 6.1) not a copy of a copy. Or Original Affidavit.

• A print out of the full CSD Report

• Completed MBD 2 and A unique security personal identification number (PIN) issued

by the South African Revenue Services

• Signed all pages of Tender document.

The following compulsory documents will be considered for evaluated from the shortlisted

bidders:

• Current municipal rates for the Entity and all Directors of the entity not older than 90

days and not more than 3 months in arrears (submit proof of lease agreement where

premises are rented and latest invoice).

F.3.18 The number of paper copies of the signed contract to be provided by the employer is ONE.

Page 50:  · CONTRACT No. JRA/20/24 FOR PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY CONCRETE & …

The Tender Part 1

Tender Procedures

CONTRACT No. JRA/20/24

PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION

MATERIAL:SUPPLEMENTARY CONCRETE & STORMWATER PRODUCTS, STEEL GRIDS AND PILLAR SUPPORT,

SUPPLEMENTARY ROAD MARKING PRODUCTS,CHEMICALS (WEEDKILLER, THINNERS ETC.), CRACKSEAL &

BURNER FUEL OIL“AS AND WHEN” REQUIRED BY THE JRA FOR A PERIOD OF THREE YEARS (36 MONTHS).

46 | P a g e

3.1 ELIGIBILITY REQUIREMENTS

SELECTION PROCESS

This Contract is estimated to have a value below R 50 million and consequently the 80/20-point system will apply.

80 Points max will apply to Price (Ps) and 20 points will apply to B-BBEE status. The evaluation of bids will be

undertaken in terms of the MFMA. The bid will be evaluated in three phases as follows:

Phase 1:

Step 1: Compulsory compliance: Bidders must pass the compulsory compliance for the items the bidder quoted on. If, however a bidder fails to pass the compulsory compliance on any one of the items the bidder has quoted for, the bidder will only be disqualified for that specific item, but still be evaluated on the item(s) that the bidder has complied to. Bidders must comply before they will be considered for step

Step 2. The Prequalifying Criteria For This Bid Shall Be Applied As Follows: This bid is designated to

bidders categorised as Exempted Micro Enterprise (EME) and Qualified Small Enterprise (QSE),

Phase 2: Functionality: Bidders need to score a minimum of 70% here to be considered for further evaluation. Bidders that score less than the required 70% for step 2, phase 2 will be eliminated and not further evaluated. Phase 3: Price and B-BBEE evaluation. All bids that qualify in terms of phase 1 and phase 2 will be evaluated further in this stage.

Page 51:  · CONTRACT No. JRA/20/24 FOR PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY CONCRETE & …

The Tender Part 1

Tender Procedures

CONTRACT No. JRA/20/24

PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION

MATERIAL:SUPPLEMENTARY CONCRETE & STORMWATER PRODUCTS, STEEL GRIDS AND PILLAR SUPPORT,

SUPPLEMENTARY ROAD MARKING PRODUCTS,CHEMICALS (WEEDKILLER, THINNERS ETC.), CRACKSEAL &

BURNER FUEL OIL“AS AND WHEN” REQUIRED BY THE JRA FOR A PERIOD OF THREE YEARS (36 MONTHS).

47 | P a g e

3.2. THE SELECTION PROCESS / EVALUATION OF BIDS

Preferential Procurement Regulations, 2017 issued in terms of section 5 of the Preferential Procurement Policy Framework Act, Act Number 5 of 2000 (PPPFA) will apply to this bid, It should be noted that the relevant preference point system (80/20 or 90/10) to be utilized. The 90/10 preference point system is applicable to bids with a rand value above R50 million (all applicable taxes included) whilst the 80/20 preference point system is applicable to bids with a rand value below R50 million (all applicable taxes included).

The purpose of the evaluation is to ensure and promote compliance with the Constitution, specifically

Section 217, which provides that when organs of state contract for goods or services, they must do so

in accordance with a system which is fair, equitable, transparent, competitive and cost-effective. The

evaluation for this bid will be carried out in terms of Regulation 28, read together with Regulation 38, 43

and 44 of the Municipal Finance Management Act’s (“MFMA”) Supply Chain Management Regulations.

The evaluation of bids will be undertaken in terms of the MFMA.

F.3.11.3.2.1 The bid will be evaluated in three (3) phases:

This Contract is estimated to have a value below R 50 million and consequently the 80/20-point system will

apply. 80 Points max will apply to Price (Ps) and 20 points will apply to B-BBEE status. The evaluation of

bids will be undertaken in terms of the MFMA. The bid will be evaluated in three phases as follows:

7.3 PHASE 1: The first phase is the pre-compliance evaluation of the SCM returnable schedules. Bidders that are not

compliant with the minimum requirements of phase one, will not go through to the second phase

STAGE 1: PRE-COMPLIANCE

Bidders will have to complete and submit all returnable documents requested in the bidding document to

determine their eligibility to participate in the tender. Failure to complete and submit the documents may

lead to disqualification of your bid. Only those bidders that are responsive to the submission requirements

at this stage will be further evaluated at phase 2. Bidders will be subjected to a pre-compliance

evaluation as indicated in clause F.3.11.2 above.

STAGE 2: THE PREQUALIFYING CRITERIA FOR THIS BID SHALL BE APPLIED AS FOLLOWS:

c) This bid is designated to bidders categorised as Exempted Micro Enterprise (EME) and Qualified Small Enterprise (QSE), however QSEs will be required to subcontract as follows: Sub-contracting 30% with the following designated groups:

(g) An EME or QSE which is at least 51% Black Owned (h) An EME or QSE which is at least 51% owned by black youth (i) An EME or QSE which is at least 51% Black Women Owned

Page 52:  · CONTRACT No. JRA/20/24 FOR PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY CONCRETE & …

The Tender Part 1

Tender Procedures

CONTRACT No. JRA/20/24

PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION

MATERIAL:SUPPLEMENTARY CONCRETE & STORMWATER PRODUCTS, STEEL GRIDS AND PILLAR SUPPORT,

SUPPLEMENTARY ROAD MARKING PRODUCTS,CHEMICALS (WEEDKILLER, THINNERS ETC.), CRACKSEAL &

BURNER FUEL OIL“AS AND WHEN” REQUIRED BY THE JRA FOR A PERIOD OF THREE YEARS (36 MONTHS).

48 | P a g e

(j) An EME or QSE which is 51% owned by black people living in rural or underdeveloped areas and / or townships

(k) A Cooperative which is at least 51% owned by black people. (l) An EME or QSE which is at least 51% owned by black people who are military veterans

Page 53:  · CONTRACT No. JRA/20/24 FOR PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY CONCRETE & …

The Tender Part 1

Tender Procedures

CONTRACT No. JRA/20/24

PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY CONCRETE & STORMWATER PRODUCTS,

STEEL GRIDS AND PILLAR SUPPORT, SUPPLEMENTARY ROAD MARKING PRODUCTS,CHEMICALS (WEEDKILLER, THINNERS ETC.), CRACKSEAL & BURNER FUEL

OIL“AS AND WHEN” REQUIRED BY THE JRA FOR A PERIOD OF THREE YEARS (36 MONTHS).

49 | P a g e

(m)

d) Quality Standards.

Bidders must submit the information required below only for the categories they wish to bid for. Bidders that fail to submit the below

information/documents will not be evaluated further and the bid will be considered none-responsive.

CATEGORY PRE-QUALIFYING CRITERIA CONFIRMATION OF PARTICIPATION BY BIDDER BY INDICATING THE “YES / NO”

CATEGORY 1: SUPPLEMENTARY CONCRETE AND STORMWATER PRODUCTS

Bidders must submit SANAS accredited laboratory test result or technical data sheet and mix designs confirming that the items conform SANS indicated above.

CATEGORY 3: SUPPLEMENTARY ROAD MARKING PRODUCTS

Bidders must submit SANAS accredited laboratory test result or technical data sheet confirming that the items conform to the below SANS:

Paint Products SANS Code

High gloss enamels paints must comply with the latest issue of SANS Specification as desirable in

SANS 681 of 2014

Undercoats and primers to comply with latest issue of SANS Specification as described in

SANS 681 of 2014 and SANS 1416 of 2013

Color must comply with SANS 1091 as follows

• Post Office Red

SANS 1091

Page 54:  · CONTRACT No. JRA/20/24 FOR PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY CONCRETE & …

The Tender Part 1

Tender Procedures

CONTRACT No. JRA/20/24

PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY CONCRETE & STORMWATER PRODUCTS,

STEEL GRIDS AND PILLAR SUPPORT, SUPPLEMENTARY ROAD MARKING PRODUCTS,CHEMICALS (WEEDKILLER, THINNERS ETC.), CRACKSEAL & BURNER FUEL

OIL“AS AND WHEN” REQUIRED BY THE JRA FOR A PERIOD OF THREE YEARS (36 MONTHS).

50 | P a g e

CATEGORY PRE-QUALIFYING CRITERIA CONFIRMATION OF PARTICIPATION BY BIDDER BY INDICATING THE “YES / NO”

• White

• Golden Yellow

• Battleship Grey

• Silver Aluminum

• Black

Post Office Red must comply with the latest issue of CKS 279 / D30.

CATEGORY 4: CHEMICALS (WEEDKILLER, THINNERS ETC.)

Bidders must provide comprehensive technical data sheets for chemicals items in category 4 together with the bid document.

CATEGORY 5: CRACKSEAL AND BURNER FUEL OIL

CRACKSEAL The bidder must be the manufacturer of the required product and must provide comprehensive technical data sheets together with the bid document. Bidders that are not the manufacturer must obtain the technical data sheets from the manufacture and a letter of undertaking for supply. Bidders that do not comply with the requirements on the technical data sheet will not be evaluated further to the second Stage. Failure to fully complete the table below or submit the required information will result in the bid offer being none responsive and set aside from further consideration. The bidder must complete/submit the test methods used and the class details of the product to be supplied. The below information is required from the test methods sheets.

Page 55:  · CONTRACT No. JRA/20/24 FOR PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY CONCRETE & …

The Tender Part 1

Tender Procedures

CONTRACT No. JRA/20/24

PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY CONCRETE & STORMWATER PRODUCTS,

STEEL GRIDS AND PILLAR SUPPORT, SUPPLEMENTARY ROAD MARKING PRODUCTS,CHEMICALS (WEEDKILLER, THINNERS ETC.), CRACKSEAL & BURNER FUEL

OIL“AS AND WHEN” REQUIRED BY THE JRA FOR A PERIOD OF THREE YEARS (36 MONTHS).

51 | P a g e

CATEGORY PRE-QUALIFYING CRITERIA CONFIRMATION OF PARTICIPATION BY BIDDER BY INDICATING THE “YES / NO”

BURNER FUEL OIL The bidder must be the manufacturer of the required product and must provide comprehensive SANAS accredited laboratory report and technical data sheets together with the bid document. Bidders that are not the manufacturer must obtain the technical data sheets from the manufacture and a letter of undertaking with credit limit of R 500 000. The SANAS accredited laboratory report must provide comprehensive technical data sheets together with the bid document:

• The technical data specifications of the products must respond to the technical data tables provided below:

Page 56:  · CONTRACT No. JRA/20/24 FOR PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY CONCRETE & …

The Tender Part 1

Tender Procedures

CONTRACT No. JRA/20/24

PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY CONCRETE & STORMWATER PRODUCTS,

STEEL GRIDS AND PILLAR SUPPORT, SUPPLEMENTARY ROAD MARKING PRODUCTS,CHEMICALS (WEEDKILLER, THINNERS ETC.), CRACKSEAL & BURNER FUEL

OIL“AS AND WHEN” REQUIRED BY THE JRA FOR A PERIOD OF THREE YEARS (36 MONTHS).

52 | P a g e

CATEGORY PRE-QUALIFYING CRITERIA CONFIRMATION OF PARTICIPATION BY BIDDER BY INDICATING THE “YES / NO”

PROPERTY UNITS RESULTS LIMITS TEST METHOD

Water Content Mass %

Density @ 200c Kg/l

Flash Point 0c

Ash Content Mass %

Viscosity @ 200c cSt

Sulphur Mass %

Page 57:  · CONTRACT No. JRA/20/24 FOR PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY CONCRETE & …

The Tender Part 1

Tender Procedures

CONTRACT No. JRA/20/24

PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY

CONCRETE & STORMWATER PRODUCTS, STEEL GRIDS AND PILLAR SUPPORT, SUPPLEMENTARY ROAD MARKING

PRODUCTS,CHEMICALS (WEEDKILLER, THINNERS ETC.), CRACKSEAL & BURNER FUEL OIL“AS AND WHEN” REQUIRED

BY THE JRA FOR A PERIOD OF THREE YEARS (36 MONTHS).

53 | P a g e

1.1 PHASE 2: TECHNICAL EVALUATION

The threshold for technical functionality evaluation is set at 70% in order to be evaluated further to the third phase

for Price and B-BBEE. If no bidder scores 70% or more on the functionality assessment, then the JRA reserves

the right to lower the score to 60%. If no bidders score 60% or more on functionality assessment, the bid will be

cancelled and re-advertised.

1.1.1 THE WEIGHTING FOR SCORING WILL BE AS FOLLOWS:

CRITERIA WEIGHTING

COMPANY EXPERIENCE:

Company must have three (3) or more, years of experience in the supply and delivery of

Road Construction Materials. Bidder must have been awarded a contract to a value of R 1

000 000.00 in the past 3 years.

40

REFERENCES:

Bidders must submit a minimum of three (3) contactable referees indicating that such

project were successfully executed. The reference letter should not be dated more than

twelve (12) months.

30

DELIVERY/LEAD TIME:

The bidder must be able to deliver any quantity orders for item/s within 4 days from date of

order of any value stated by the JRA. Longer delivery periods will score minimum points.

Bidders are required to provide lead times in the Pricing Schedule provided in the bid

document. Bidders should note that the lead times provided in the bid are binding and will

be assessed post award.

30

TOTAL 100

Page 58:  · CONTRACT No. JRA/20/24 FOR PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY CONCRETE & …

The Tender Part 1

Tender Procedures

CONTRACT No. JRA/20/24

PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY

CONCRETE & STORMWATER PRODUCTS, STEEL GRIDS AND PILLAR SUPPORT, SUPPLEMENTARY ROAD MARKING

PRODUCTS,CHEMICALS (WEEDKILLER, THINNERS ETC.), CRACKSEAL & BURNER FUEL OIL“AS AND WHEN” REQUIRED

BY THE JRA FOR A PERIOD OF THREE YEARS (36 MONTHS).

54 | P a g e

1.1.2 THE EVALUATION OF THE FUNCTIONALITY AND RATING AS SHOWN IN THE TABLE BELOW:

CRITERIA REQUIREMENTS SCORE FORM OF EVIDENCE

CO

MP

AN

Y E

XP

ER

IEN

CE

Company must have three (3) or more, years of experience in the supply and

delivery of Road Construction Material. Bidder must have been awarded a contract

to a value of R 1 000 000.00 in the past 3 years.

Appointment letters or Official

orders.

NB: Bidders must provide

appointment letters/evidence that

indicate the duration of contract

and value, in cases where the

contract is based on rates, then

Bidders are required to also

provide orders to indicate their

capability to deliver official orders

of a value of R 1,000,000 or

more.

More than three (3) years of experience in the supply and delivery of Road Construction Material, inclusive is previous contract awards to a value of R 1,000,000 or more in past 3 years.

40

Three (3) years of experience in the supply and delivery of Road Construction Material, inclusive is previous contract awards to a value of R 1,000,000 or more in past 3 years.

28

Less than three (3) years of experience in the supply and delivery of Road Construction Material, inclusive is previous contract awards to a value of R 1,000,000 or more in past 3 years.

0

RE

FE

RE

NC

E

Bidders must submit a minimum of three (3) contactable referees indicating that

such project were successfully executed. The reference letter should not be dated

more than twelve (12) months old.

Reference Letters.

NB: Bidders must submit

reference letters that are not

dated older than twelve (12)

months. Furthermore the

reference letters should be

related to the supply and deliver

of road materials.

More than three (3) contactable references not older than twelve (12) months old submitted.

30

Three (3) contactable references not older than twelve (12) months old submitted.

21

Less than three (3) contactable references not older than twelve (12) months old submitted.

0

DE

LIV

ER

Y L

EA

D T

IME

The bidder must be able to deliver any quantity orders for item/s within 4 days from date of order of any value stated by the JRA. Longer delivery periods will score minimum points. Bidders are required to provide lead times in the Pricing Schedule provided in the bid document. Bidders should note that the lead times provided in the bid are binding and will be assessed post award.

Delivery lead times indicated on

the pricing schedule. Bidders that

fail to provide delivery lead times

will score zero for this criterion.

Orders delivered in less than four days upon the receipt of an official order 30

Orders delivered in four days upon the receipt of an official order 21

Orders delivered within fourteen (14) days upon the receipt of an official order 15

Page 59:  · CONTRACT No. JRA/20/24 FOR PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY CONCRETE & …

The Tender Part 1

Tender Procedures

CONTRACT No. JRA/20/24

PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY

CONCRETE & STORMWATER PRODUCTS, STEEL GRIDS AND PILLAR SUPPORT, SUPPLEMENTARY ROAD MARKING

PRODUCTS,CHEMICALS (WEEDKILLER, THINNERS ETC.), CRACKSEAL & BURNER FUEL OIL“AS AND WHEN” REQUIRED

BY THE JRA FOR A PERIOD OF THREE YEARS (36 MONTHS).

55 | P a g e

CRITERIA REQUIREMENTS SCORE FORM OF EVIDENCE

Delivery lead times not provided / indicated in the pricing schedule 0 NB: These times are to be

assessed from those indicated in

the Pricing Schedule TOTAL 100

Phase 3: Price and B-BBEE Certificate points. All bids that qualify in terms of phase 1 and phase 2 (stage 1 and stage2) will be further evaluated at this phase.

Page 60:  · CONTRACT No. JRA/20/24 FOR PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY CONCRETE & …

The Tender Part 1

Tender Procedures

CONTRACT No. JRA/20/24

PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY

CONCRETE & STORMWATER PRODUCTS, STEEL GRIDS AND PILLAR SUPPORT, SUPPLEMENTARY ROAD MARKING

PRODUCTS,CHEMICALS (WEEDKILLER, THINNERS ETC.), CRACKSEAL & BURNER FUEL OIL“AS AND WHEN” REQUIRED

BY THE JRA FOR A PERIOD OF THREE YEARS (36 MONTHS).

56 | P a g e

F.3.11.3.2.4 PHASE 3: B-BBEE and Financial Plans Evaluation The B-BBEE preference benefit and financial plans (price) of the technically compliant bides will be evaluated for award of the contract. The value of this bid is estimated not to exceed R50 000 000 (all applicable taxes included) and therefore the 80/20 preference point system shall be applicable;

Points for this bid shall be awarded for:

(a) Price; and

(b) B-BBEE Status Level of Contributor.

The maximum points for this bid are allocated as follows:

POINTS

PRICE 80

B-BBEE STATUS LEVEL OF CONTRIBUTOR 20

Total points for Price and B-BBEE must not exceed 100

Failure on the part of a bidder to submit proof of B-BBEE Status level of contributor together with the

bid will be interpreted to mean that preference points for B-BBEE status level of contribution are not

claimed.

The Employer (JRA) reserves the right to require of a bidder, either before a bid is adjudicated or at

any time subsequently, to substantiate any claim in regard to preferences, in any manner required by

the Employer.

A maximum of 80 or 90 points is allocated for price on the following basis: 80/20 or 90/10

Or

Where

Ps = Points scored for price of bid under consideration

Pt = Price of bid under consideration

Pmin = Price of lowest acceptable bid

−−=

min

min180

P

PPtPs

−−=

min

min190

P

PPtPs

Page 61:  · CONTRACT No. JRA/20/24 FOR PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY CONCRETE & …

The Tender Part 1

Tender Procedures

CONTRACT No. JRA/20/24

PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY

CONCRETE & STORMWATER PRODUCTS, STEEL GRIDS AND PILLAR SUPPORT, SUPPLEMENTARY ROAD MARKING

PRODUCTS,CHEMICALS (WEEDKILLER, THINNERS ETC.), CRACKSEAL & BURNER FUEL OIL“AS AND WHEN” REQUIRED

BY THE JRA FOR A PERIOD OF THREE YEARS (36 MONTHS).

57 | P a g e

F.3.11.3.2.5 AWARD OF BID “The Johannesburg Roads Agency (SOC) Ltd reserves the right, at its discretion, to award the bid:

• Not to the lowest bidder

• Not to the highest scoring bidder.

• Not to any bidder at all.

• In part / by item to various bidders, if so required or applicable.

• In the event of multiple bids for similar scope of works, the JRA reserves the right to appoint more than one bidder for such similar work.

• Successful bidders may be subjected to security vetting process and clearance before considered for an award by the JRA.

• To negotiate with one or more preferred bidders identified in the evaluation process regarding any terms and conditions including prices without offering the same opportunity to any other bidder/s who has not been awarded the status of the preferred bidder(s).

a) The JRA will normally award the Contract to the Bidder obtaining the highest number of points, but will not bind itself to do so.

b) If and when two or more bids have scored equal points including equal preference points for B-BBEE, the successful bid must be the one scoring the highest score for functionality as functionality is part of the evaluation process.

Page 62:  · CONTRACT No. JRA/20/24 FOR PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY CONCRETE & …

The Tender Part 1

Tender Procedures

CONTRACT No. JRA/20/24

PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION

MATERIAL:SUPPLEMENTARY CONCRETE & STORMWATER PRODUCTS, STEEL GRIDS AND PILLAR SUPPORT,

SUPPLEMENTARY ROAD MARKING PRODUCTS,CHEMICALS (WEEDKILLER, THINNERS ETC.), CRACKSEAL &

BURNER FUEL OIL“AS AND WHEN” REQUIRED BY THE JRA FOR A PERIOD OF THREE YEARS (36 MONTHS).

July 2020 SCHEDULE OF RETURNABLES

58

JOHANNESBURG ROADS AGENCY (SOC) LTD

CONTRACT NO. JRA/20/24

FOR

PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY CONCRETE & STORMWATER PRODUCTS, STEEL GRIDS AND PILLAR SUPPORT, SUPPLEMENTARY ROAD MARKING PRODUCTS,CHEMICALS (WEEDKILLER, THINNERS ETC.), CRACKSEAL & BURNER FUEL OIL“AS AND WHEN” REQUIRED BY THE JRA FOR A PERIOD OF THREE YEARS (36 MONTHS).

T1.4 SCHEDULE OF CONTRACT DOCUMENTS

T1.4 SCHEDULE OF CONTRACT DOCUMENTS

The following documents form part of this Contract:

THE TENDER (VOLUME 1)

PART 1: TENDER PROCEDURE

T1.1 Tender notice and invitation to tender

T1.2 Project Description

T1.3 Tender data

PART 2:-THE TENDER (VOLUME 2)

PART 2: RETURNABLE DOCUMENTS AND SCHEDULES

T2.1 List of Returnable Documents

T2.2 Returnable Schedules

Page 63:  · CONTRACT No. JRA/20/24 FOR PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY CONCRETE & …

The Tender Part 1

Tender Procedures

CONTRACT No. JRA/20/24

PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION

MATERIAL:SUPPLEMENTARY CONCRETE & STORMWATER PRODUCTS, STEEL GRIDS AND PILLAR SUPPORT,

SUPPLEMENTARY ROAD MARKING PRODUCTS,CHEMICALS (WEEDKILLER, THINNERS ETC.), CRACKSEAL &

BURNER FUEL OIL“AS AND WHEN” REQUIRED BY THE JRA FOR A PERIOD OF THREE YEARS (36 MONTHS).

July 2020 SCHEDULE OF RETURNABLES

59

THE CONTRACT (VOLUME 3)

PART 1: CONTRACT AGREEMENT

Part C1.1: Contract Agreement

Part C1.2: Contract Data

Part C1.3: Conditions Pertaining To Affirmative Procurement

PART 2: PRICING DATA

Part C2.1 Pricing Instructions

Part C2.2: The pricing Data and Schedule of Rates

PART 3: SCOPE OF WORK

Part C3.1 Special Conditions of Contract

Part C3.2 General Conditions of Contract

JRA Requirements and Specifications

PART 5: ANEXURES SANS 294: 2004

SANS 294: 2004 – Standard Conditions of Tender. This publication is available from Standards South

Africa (a division of SABS) Tel (012) 428-6929/33.

Page 64:  · CONTRACT No. JRA/20/24 FOR PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY CONCRETE & …

The Tender Part 2

Returnable Schedules

CONTRACT No. JRA/20/24

PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION

MATERIAL:SUPPLEMENTARY CONCRETE & STORMWATER PRODUCTS, STEEL GRIDS AND PILLAR SUPPORT,

SUPPLEMENTARY ROAD MARKING PRODUCTS,CHEMICALS (WEEDKILLER, THINNERS ETC.), CRACKSEAL &

BURNER FUEL OIL“AS AND WHEN” REQUIRED BY THE JRA FOR A PERIOD OF THREE YEARS (36 MONTHS).

July 2020 SCHEDULE OF RETURNABLES

60

JOHANNESBURG ROADS AGENCY (SOC) LTD

CONTRACT NO. JRA/20/24

FOR

PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD

CONSTRUCTION MATERIAL:SUPPLEMENTARY CONCRETE & STORMWATER

PRODUCTS, STEEL GRIDS AND PILLAR SUPPORT, SUPPLEMENTARY ROAD

MARKING PRODUCTS,CHEMICALS (WEEDKILLER, THINNERS ETC.), CRACKSEAL &

BURNER FUEL OIL“AS AND WHEN” REQUIRED BY THE JRA FOR A PERIOD OF

THREE YEARS (36 MONTHS).

THE TENDER VOLUME 2

PART 2: RETURNABLE DOCUMENTS AND SCHEDULES

Page 65:  · CONTRACT No. JRA/20/24 FOR PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY CONCRETE & …

The Tender Part 2

Returnable Schedules

CONTRACT No. JRA/20/24

PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION

MATERIAL:SUPPLEMENTARY CONCRETE & STORMWATER PRODUCTS, STEEL GRIDS AND PILLAR SUPPORT,

SUPPLEMENTARY ROAD MARKING PRODUCTS,CHEMICALS (WEEDKILLER, THINNERS ETC.), CRACKSEAL &

BURNER FUEL OIL“AS AND WHEN” REQUIRED BY THE JRA FOR A PERIOD OF THREE YEARS (36 MONTHS).

July 2020 SCHEDULE OF RETURNABLES

61

CONTRACT No. JRA/20/24

FOR

PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD

CONSTRUCTION MATERIAL:SUPPLEMENTARY CONCRETE & STORMWATER

PRODUCTS, STEEL GRIDS AND PILLAR SUPPORT, SUPPLEMENTARY ROAD

MARKING PRODUCTS,CHEMICALS (WEEDKILLER, THINNERS ETC.), CRACKSEAL &

BURNER FUEL OIL“AS AND WHEN” REQUIRED BY THE JRA FOR A PERIOD OF THREE

YEARS (36 MONTHS).

T2.1 LIST OF RETURNABLE DOCUMENTS

Page 66:  · CONTRACT No. JRA/20/24 FOR PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY CONCRETE & …

The Tender Part 2

Returnable Schedules

CONTRACT No. JRA/20/24

PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION

MATERIAL:SUPPLEMENTARY CONCRETE & STORMWATER PRODUCTS, STEEL GRIDS AND PILLAR SUPPORT,

SUPPLEMENTARY ROAD MARKING PRODUCTS,CHEMICALS (WEEDKILLER, THINNERS ETC.), CRACKSEAL &

BURNER FUEL OIL“AS AND WHEN” REQUIRED BY THE JRA FOR A PERIOD OF THREE YEARS (36 MONTHS).

July 2020 SCHEDULE OF RETURNABLES

62

T2.1 LIST OF RETURNABLE DOCUMENTS

1. Returnable Schedules required for tender evaluation purposes

The following Forms must be completed by Tenderer for Evaluation purposes:

FORM A. DECLARATION CERTIFICATE FOR LOCAL PRODUCTION AND CONTENT FOR

DESIGNATED SECTORS MBD 6.2

FORM B. CERTIFICATE OF AUTHORITY OF SIGNATORY FORM C. DETAILS OF BIDDER FORM D. FORM OF BID A. FORM D1: FORM E. RECORD OF ADDENDA TO BID DOCUMENTS FORM F. MBD 6.1 POINTS CLAIMED FOR B-BBEE STATUS FORM G. DECLARATION OF INTEREST MBD 4 FORM H. TAX COMPLIANCE REQUIREMENTS MBD 2 FORM I. CURRENT MUNICIPAL CHARGES FORM J. VENDOR NUMBER REGISTRATION WITH CENTRAL SUPPLIER DATABASE FORM K. DECLARATION OF BIDDER’S PAST SUPPLY CHAIN MANAGEMENT PRACTICES FORM L. CERTIFICATE OF INDEPENDENT BID DETERMINATION MBD 9 FORM M. RECORD OF SERVICES PROVIDED TO ORGANS OF STATE FORM N. DECLARATION OF BIDDERS LITIGATION HISTORY FORM O. DECLARATION FOR PROCUREMENT ABOVE R10 MILLION (ALL APPLICABLE TAXES INCLUDED) (MBD 5) IF APPLICABLE. FORM P. OMISSIONS AND VARIATIONS FORM Q. DEFAULT CLAUSE FORM R. CERTIFICATE OF TENDERER'S VISIT TO THE SITE/ ATTENDANCE OF BRIEFING SESSION FORM S. ELECTRONIC PAYMENT INTO BANK ACCOUNT SCHEDULE OF COMPLIANCE FORM T. COMPANY EXPERIENCE FORM U. FIRMS’ ELIGIBILITY REQUIREMENTS/BIDDERS CAPACITY TO DO ASSIGNMENT FORM V. ADDITIONAL REQUIREMENTS FOR THE BID: LATEST THREE YEARS AUDITED FINANCIAL STATEMENTS/ MEMBERS ACCOUNTS (IF APPLICABLE)

Page 67:  · CONTRACT No. JRA/20/24 FOR PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY CONCRETE & …

The Tender Part 2

Returnable Schedules

CONTRACT No. JRA/20/24

PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION

MATERIAL:SUPPLEMENTARY CONCRETE & STORMWATER PRODUCTS, STEEL GRIDS AND PILLAR SUPPORT,

SUPPLEMENTARY ROAD MARKING PRODUCTS,CHEMICALS (WEEDKILLER, THINNERS ETC.), CRACKSEAL &

BURNER FUEL OIL“AS AND WHEN” REQUIRED BY THE JRA FOR A PERIOD OF THREE YEARS (36 MONTHS).

July 2020 SCHEDULE OF RETURNABLES

63

2. Documents

Documents to be returned are:

• Tender Procedures (Volume 1)

• Returnable Documents and Schedules (Volume 2)

• Agreement/Contract (Volume 3 )

Page 68:  · CONTRACT No. JRA/20/24 FOR PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY CONCRETE & …

The Tender Part 2

Returnable Schedules

CONTRACT No. JRA/20/24

PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION

MATERIAL:SUPPLEMENTARY CONCRETE & STORMWATER PRODUCTS, STEEL GRIDS AND PILLAR SUPPORT,

SUPPLEMENTARY ROAD MARKING PRODUCTS,CHEMICALS (WEEDKILLER, THINNERS ETC.), CRACKSEAL &

BURNER FUEL OIL“AS AND WHEN” REQUIRED BY THE JRA FOR A PERIOD OF THREE YEARS (36 MONTHS).

July 2020 SCHEDULE OF RETURNABLES

64

FORM A MBD 6.2

DECLARATION CERTIFICATE FOR LOCAL PRODUCTION AND CONTENT FOR

DESIGNATED SECTORS

This Standard Bidding Document (SBD) must form part of all bids invited. It contains general

information and serves as a declaration form for local content (local production and local

content are used interchangeably).

Before completing this declaration, bidders must study the General Conditions, Definitions,

Directives applicable in respect of Local Content as prescribed in the Preferential Procurement

Regulations, 2011, the South African Bureau of Standards (SABS) approved technical

specification number SATS 1286:2011 (Edition 1) and the Guidance on the Calculation of

Local Content together with the Local Content Declaration Templates [Annex C (Local Content

Declaration: Summary Schedule), D (Imported Content Declaration: Supporting Schedule to

Annex C) and E (Local Content Declaration: Supporting Schedule to Annex C)].

1. General Conditions

1.1. Preferential Procurement Regulations, 2011 (Regulation 9) makes provision for the promotion of local production and content.

1.2. Regulation 9.(1) prescribes that in the case of designated sectors, where in the award of bids local production and content is of critical importance, such bids must be advertised with the specific bidding condition that only locally produced goods, services or works or locally manufactured goods, with a stipulated minimum threshold for local production and content will be considered.

1.3. Where necessary, for bids referred to in paragraph 1.2 above, a two stage bidding process may be followed, where the first stage involves a minimum threshold for local production and content and the second stage price and B-BBEE.

1.4. A person awarded a contract in relation to a designated sector, may not sub-contract in such a manner that the local production and content of the overall value of the contract is reduced to below the stipulated minimum threshold.

Page 69:  · CONTRACT No. JRA/20/24 FOR PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY CONCRETE & …

The Tender Part 2

Returnable Schedules

CONTRACT No. JRA/20/24

PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION

MATERIAL:SUPPLEMENTARY CONCRETE & STORMWATER PRODUCTS, STEEL GRIDS AND PILLAR SUPPORT,

SUPPLEMENTARY ROAD MARKING PRODUCTS,CHEMICALS (WEEDKILLER, THINNERS ETC.), CRACKSEAL &

BURNER FUEL OIL“AS AND WHEN” REQUIRED BY THE JRA FOR A PERIOD OF THREE YEARS (36 MONTHS).

July 2020 SCHEDULE OF RETURNABLES

65

1.5. The local content (LC) expressed as a percentage of the bid price must be calculated in accordance with the SABS approved technical specification number SATS 1286: 2011 as follows:

LC = [1 - x / y] * 100

Where

x is the imported content in Rand

y is the bid price in Rand excluding value added tax (VAT)

Prices referred to in the determination of x must be converted to Rand (ZAR) by using

the exchange rate published by South African Reserve Bank (SARB) at 12:00 on the

date of advertisement of the bid as indicated in paragraph 4.1 below.

The SABS approved technical specification number SATS 1286:2011 is

accessible on http:/www.thedti.gov.za/industrial development/ip.jsp at no cost.

1.6 A bid may be disqualified if –

(a) this Declaration Certificate and the Annex C (Local Content Declaration: Summary Schedule) are not submitted as part of the bid documentation; and

(b) the bidder fails to declare that the Local Content Declaration Templates (Annex C, D and E) have been audited and certified as correct.

2. Definitions

2.1. “bid” includes written price quotations, advertised competitive bids or proposals;

2.2. “bid price” price offered by the bidder, excluding value added tax (VAT);

Page 70:  · CONTRACT No. JRA/20/24 FOR PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY CONCRETE & …

The Tender Part 2

Returnable Schedules

CONTRACT No. JRA/20/24

PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION

MATERIAL:SUPPLEMENTARY CONCRETE & STORMWATER PRODUCTS, STEEL GRIDS AND PILLAR SUPPORT,

SUPPLEMENTARY ROAD MARKING PRODUCTS,CHEMICALS (WEEDKILLER, THINNERS ETC.), CRACKSEAL &

BURNER FUEL OIL“AS AND WHEN” REQUIRED BY THE JRA FOR A PERIOD OF THREE YEARS (36 MONTHS).

July 2020 SCHEDULE OF RETURNABLES

66

2.3. “contract” means the agreement that results from the acceptance of a bid by an organ of state;

2.4. “designated sector” means a sector, sub-sector or industry that has been designated by the Department of Trade and Industry in line with national development and industrial policies for local production, where only locally produced services, works or goods or locally manufactured goods meet the stipulated minimum threshold for local production and content;

2.5. “duly sign” means a Declaration Certificate for Local Content that has been signed by the Chief Financial Officer or other legally responsible person nominated in writing by the Chief Executive, or senior member / person with management responsibility(close corporation, partnership or individual).

2.6. “imported content” means that portion of the bid price represented by the cost of components, parts or materials which have been or are still to be imported (whether by the supplier or its subcontractors) and which costs are inclusive of the costs abroad (this includes labour or intellectual property costs), plus freight and other direct importation costs, such as landing costs, dock duties, import duty, sales duty or other similar tax or duty at the South African port of entry;

2.7. “local content” means that portion of the bid price which is not included in the imported content, provided that local manufacture does take place;

2.8. “stipulated minimum threshold” means that portion of local production and content as determined by the Department of Trade and Industry; and

2.9. “sub-contract” means the primary contractor’s assigning, leasing, making out work to, or employing another person to support such primary contractor in the execution of part of a project in terms of the contract.

3. The stipulated minimum threshold(s) for local production and content (refer to Annex A of SATS 1286:2011) for this bid is/are as follows:

Page 71:  · CONTRACT No. JRA/20/24 FOR PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY CONCRETE & …

The Tender Part 2

Returnable Schedules

CONTRACT No. JRA/20/24

PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION

MATERIAL:SUPPLEMENTARY CONCRETE & STORMWATER PRODUCTS, STEEL GRIDS AND PILLAR SUPPORT,

SUPPLEMENTARY ROAD MARKING PRODUCTS,CHEMICALS (WEEDKILLER, THINNERS ETC.), CRACKSEAL &

BURNER FUEL OIL“AS AND WHEN” REQUIRED BY THE JRA FOR A PERIOD OF THREE YEARS (36 MONTHS).

July 2020 SCHEDULE OF RETURNABLES

67

Description of services, works or goods Stipulated minimum threshold

_______________________________ _______%

_______________________________ _______%

_______________________________ _______%

4. Does any portion of the services, works or goods offered

have any imported content?

(Tick applicable box)

YES NO

4.1 If yes, the rate(s) of exchange to be used in this bid to calculate the local content as

prescribed in paragraph 1.5 of the general conditions must be the rate(s) published

by SARB for the specific currency at 12:00 on the date of advertisement of the bid.

The relevant rates of exchange information is accessible on www.reservebank.co.za.

Indicate the rate(s) of exchange against the appropriate currency in the table below (refer to

Annex A of SATS 1286:2011):

Page 72:  · CONTRACT No. JRA/20/24 FOR PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY CONCRETE & …

The Tender Part 2

Returnable Schedules

CONTRACT No. JRA/20/24

PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION

MATERIAL:SUPPLEMENTARY CONCRETE & STORMWATER PRODUCTS, STEEL GRIDS AND PILLAR SUPPORT,

SUPPLEMENTARY ROAD MARKING PRODUCTS,CHEMICALS (WEEDKILLER, THINNERS ETC.), CRACKSEAL &

BURNER FUEL OIL“AS AND WHEN” REQUIRED BY THE JRA FOR A PERIOD OF THREE YEARS (36 MONTHS).

July 2020 SCHEDULE OF RETURNABLES

68

Currency Rates of exchange

US Dollar

Pound Sterling

Euro

Yen

Other

NB: Bidders must submit proof of the SARB rate (s) of exchange used.

5. Were the Local Content Declaration Templates (Annex C, D and E) audited and

certified as correct?

(Tick applicable box)

YES NO

5.1. If yes, provide the following particulars:

(a) Full name of auditor: ……………………………………………………… (b) Practice number: ……………………………………………………………………….. (c) Telephone and cell number: ………………………………………………………………. (d) Email address: ………………………………………………………………………..

(Documentary proof regarding the declaration will, when required, be submitted to

the satisfaction of the Accounting Officer / Accounting Authority)

Page 73:  · CONTRACT No. JRA/20/24 FOR PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY CONCRETE & …

The Tender Part 2

Returnable Schedules

CONTRACT No. JRA/20/24

PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION

MATERIAL:SUPPLEMENTARY CONCRETE & STORMWATER PRODUCTS, STEEL GRIDS AND PILLAR SUPPORT,

SUPPLEMENTARY ROAD MARKING PRODUCTS,CHEMICALS (WEEDKILLER, THINNERS ETC.), CRACKSEAL &

BURNER FUEL OIL“AS AND WHEN” REQUIRED BY THE JRA FOR A PERIOD OF THREE YEARS (36 MONTHS).

July 2020 SCHEDULE OF RETURNABLES

69

6. Where, after the award of a bid, challenges are experienced in meeting the stipulated

minimum threshold for local content the dti must be informed accordingly in order for the

dti to verify and in consultation with the AO/AA provide directives in this regard.

LOCAL CONTENT DECLARATION

(REFER TO ANNEX B OF SATS 1286:2011)

LOCAL CONTENT DECLARATION BY CHIEF FINANCIAL OFFICER OR OTHER LEGALLY RESPONSIBLE PERSON NOMINATED IN WRITING BY THE CHIEF EXECUTIVE OR SENIOR MEMBER/PERSON WITH MANAGEMENT RESPONSIBILITY (CLOSE CORPORATION, PARTNERSHIP OR INDIVIDUAL)

IN RESPECT OF BID NO. .................................................................................

ISSUED BY: (Procurement Authority / Name of Institution): .........................................................................................................................

NB

1 The obligation to complete, duly sign and submit this declaration cannot be transferred to an external authorized representative, auditor or any other third party acting on behalf of the bidder.

2 Guidance on the Calculation of Local Content together with Local Content Declaration Templates (Annex C, D and E) is accessible on http://www.thdti.gov.za/industrial development/ip.jsp. Bidders should first complete Declaration D. After completing Declaration D, bidders should complete Declaration E and then consolidate the information on Declaration C. Declaration C should be submitted with the bid documentation at the closing date and time of the bid in order to substantiate the declaration made in paragraph (c) below. Declarations D and E should be kept by the bidders for verification

Page 74:  · CONTRACT No. JRA/20/24 FOR PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY CONCRETE & …

The Tender Part 2

Returnable Schedules

CONTRACT No. JRA/20/24

PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION

MATERIAL:SUPPLEMENTARY CONCRETE & STORMWATER PRODUCTS, STEEL GRIDS AND PILLAR SUPPORT,

SUPPLEMENTARY ROAD MARKING PRODUCTS,CHEMICALS (WEEDKILLER, THINNERS ETC.), CRACKSEAL &

BURNER FUEL OIL“AS AND WHEN” REQUIRED BY THE JRA FOR A PERIOD OF THREE YEARS (36 MONTHS).

July 2020 SCHEDULE OF RETURNABLES

70

purposes for a period of at least 5 years. The successful bidder is required to continuously update Declarations C, D and E with the actual values for the duration of the contract.

I, the undersigned, …………………………….................................................... (full names),

do hereby declare, in my capacity as ……………………………………… ………..

of ...............................................................................................................(name of bidder entity), the following:

(a) The facts contained herein are within my own personal knowledge.

(b) I have satisfied myself that:

(i) the goods/services/works to be delivered in terms of the above-specified bid comply with the minimum local content requirements as specified in the bid, and as measured in terms of SATS 1286:2011; and

(ii) the declaration templates have been audited and certified to be correct.

(c) The local content percentage (%) indicated below has been calculated using the formula given in clause 3 of SATS 1286:2011, the rates of exchange indicated in paragraph 4.1 above and the information contained in Declaration D and E which has been consolidated in Declaration C:

Bid price, excluding VAT (y) R

Imported content (x), as calculated in terms of SATS 1286:2011 R

Stipulated minimum threshold for local content (paragraph 3 above)

Local content %, as calculated in terms of SATS 1286:2011

If the bid is for more than one product, the local content percentages for each product contained in Declaration C shall be used instead of the table above.

Page 75:  · CONTRACT No. JRA/20/24 FOR PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY CONCRETE & …

The Tender Part 2

Returnable Schedules

CONTRACT No. JRA/20/24

PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION

MATERIAL:SUPPLEMENTARY CONCRETE & STORMWATER PRODUCTS, STEEL GRIDS AND PILLAR SUPPORT,

SUPPLEMENTARY ROAD MARKING PRODUCTS,CHEMICALS (WEEDKILLER, THINNERS ETC.), CRACKSEAL &

BURNER FUEL OIL“AS AND WHEN” REQUIRED BY THE JRA FOR A PERIOD OF THREE YEARS (36 MONTHS).

July 2020 SCHEDULE OF RETURNABLES

71

The local content percentages for each product has been calculated using the formula given in clause 3 of SATS 1286:2011, the rates of exchange indicated in paragraph 4.1 above and the information contained in Declaration D and E.

(d) I accept that the Procurement Authority / Institution has the right to request that the local content be verified in terms of the requirements of SATS 1286:2011.

(e) I understand that the awarding of the bid is dependent on the accuracy of the information furnished in this application. I also understand that the submission of incorrect data, or data that are not verifiable as described in SATS 1286:2011, may result in the Procurement Authority / Institution imposing any or all of the remedies as provided for in Regulation 13 of the Preferential Procurement Regulations, 2011 promulgated under the Preferential Policy Framework Act (PPPFA), 2000 (Act No. 5 of 2000).

SIGNATURE: DATE: ___________

WITNESS No. 1 DATE: ___________

WITNESS No. 2 DATE: ___________

Page 76:  · CONTRACT No. JRA/20/24 FOR PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY CONCRETE & …

The Tender Part 2

Returnable Schedules

CONTRACT No. JRA/20/24

PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION

MATERIAL:SUPPLEMENTARY CONCRETE & STORMWATER PRODUCTS, STEEL GRIDS AND PILLAR SUPPORT,

SUPPLEMENTARY ROAD MARKING PRODUCTS,CHEMICALS (WEEDKILLER, THINNERS ETC.), CRACKSEAL &

BURNER FUEL OIL“AS AND WHEN” REQUIRED BY THE JRA FOR A PERIOD OF THREE YEARS (36 MONTHS).

July 2020 SCHEDULE OF RETURNABLES

72

FORM B. CERTIFICATE OF AUTHORITY OF SIGNATORY RESOLUTION of a meeting of the Board of *Directors / Members / Partners: (Name of Firm) …………………………………………………………………………… held on ……………………………………………………… that: FULL NAMES …………………………………………………………………………….. SIGNATURE …………………………………………………………………………… In his/her/their capacity as …………………………………………………………………………………………… is/are hereby authorised to enter into, sign and execute and complete any documents relating to Bid and/or Contracts for the supply of goods and services.

NAME CAPACITY SIGNATURE

NOTE:

*Delete which is not applicable

NB: This resolution must be signed by all the Directors/Members/Partners of the Bidding Enterprise

Should the number of Directors/Members/Partners exceed the space available above, additional names and signatures must be supplied on a separate page.

ENTERPRISE STAMP

Page 77:  · CONTRACT No. JRA/20/24 FOR PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY CONCRETE & …

The Tender Part 2

Returnable Schedules

CONTRACT No. JRA/20/24

PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION

MATERIAL:SUPPLEMENTARY CONCRETE & STORMWATER PRODUCTS, STEEL GRIDS AND PILLAR SUPPORT,

SUPPLEMENTARY ROAD MARKING PRODUCTS,CHEMICALS (WEEDKILLER, THINNERS ETC.), CRACKSEAL &

BURNER FUEL OIL“AS AND WHEN” REQUIRED BY THE JRA FOR A PERIOD OF THREE YEARS (36 MONTHS).

July 2020 SCHEDULE OF RETURNABLES

73

FORM C. DETAILS OF BIDDER Bidders are to complete the following section in full Where the bidder consists of a Joint Venture Consortium, the nominated lead party details shall be submitted

Name of Bidder

Contact Person for this bid

Postal address

Domicillium Address

Telephone No

Facsimile No

Email Address

SIGNATURE …………………………………………………… DATE…………………… NAME OF BIDDER ………………………………POSITION ……………………………..

Page 78:  · CONTRACT No. JRA/20/24 FOR PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY CONCRETE & …

The Tender Part 2

Returnable Schedules

CONTRACT No. JRA/20/24

PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION

MATERIAL:SUPPLEMENTARY CONCRETE & STORMWATER PRODUCTS, STEEL GRIDS AND PILLAR SUPPORT,

SUPPLEMENTARY ROAD MARKING PRODUCTS,CHEMICALS (WEEDKILLER, THINNERS ETC.), CRACKSEAL &

BURNER FUEL OIL“AS AND WHEN” REQUIRED BY THE JRA FOR A PERIOD OF THREE YEARS (36 MONTHS).

July 2020 SCHEDULE OF RETURNABLES

74

FORM D. FORM OF BID

The Chief Executive Officer Johannesburg Road Agency JOHANNESBURG SIR / MADAM I (or We), the undersigned, hereby bid and, should this bid be accepted, undertake to execute the whole of the works comprised and described and referred to in Technical Information and Specification, Conditions of Contract, Terms of Reference and Pricing Schedule, and to enter into the formal Memorandum of Agreement / Contract with the Johannesburg Roads Agency, embodying the said Conditions of Contract, Terms of Reference and Pricing Schedule, in consideration of the sum (inclusive of Value Added Tax) for each section of the scope as indicated under the headings below. Based on the provisional quantities specified and unit rates incorporated by me (or us) in the said Pricing Schedule.

Name of Authorised Person

Signature of Authorised Person

Date

If the Bidder is a Company, Corporation or Firm, state by what authority the person signing does so, whether

by Articles of Association, Resolution, Power of Attorney, or otherwise.

I (We) ________________________...................................................................................................am (are) authorised to enter into this contract on behalf of, _____________.................................................................................................................................. by virtue of ____________________________________________________________________________, dated the ______ day of ____________________________________........... 2018, a certified copy of which is attached to this Bid. WITNESSES Signature……………………………………………………Date…………………………….

Page 79:  · CONTRACT No. JRA/20/24 FOR PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY CONCRETE & …

The Tender Part 2

Returnable Schedules

CONTRACT No. JRA/20/24

PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION

MATERIAL:SUPPLEMENTARY CONCRETE & STORMWATER PRODUCTS, STEEL GRIDS AND PILLAR SUPPORT,

SUPPLEMENTARY ROAD MARKING PRODUCTS,CHEMICALS (WEEDKILLER, THINNERS ETC.), CRACKSEAL &

BURNER FUEL OIL“AS AND WHEN” REQUIRED BY THE JRA FOR A PERIOD OF THREE YEARS (36 MONTHS).

July 2020 SCHEDULE OF RETURNABLES

75

a. FORM D1:

NB ANY AMENDMENTS TO THE BID DOCUMENTS MUST BE SIGNED IN FULL BY THE

BIDDER’S AUTHORISED SIGNATORY AND AN ACCOMPANYING LETTER FROM THE BIDDER ON THEIR OFFICIAL LETTERHEAD WILL INDICATE SUCH ALTERATIONS. FAILURE TO OBSERVE THIS MIGHT DISQUALIFY THE BID.

ANY COMPLETION OF THE BID DOCUMENT IN PENCIL OR ERASABLE INK WILL NOT BE ACCEPTED AND MIGHT DISQUALIFY THE BID.

I/We, the undersigned, hereby acknowledge myself/ourselves fully conversant with the details and conditions set out in the Special / Technical Information and Specifications and with the General Conditions of Contract and General Conditions to Bidders included in the bid document and hereby agree to:- Indicate if there would be a price increase applicable and attach proof thereof SIGNED ON BEHALF OF THE BIDDER: ............................................................(Signature)

NAME OF SIGNATORY (in capital letters) .................................................................................

SIGNED ON THIS ......................……. DAY OF ...................................................................2019

ON BEHALF OF ...........................................................................................................................

ADDRESS .....................................................................................................................................................

…………………………………………………………………………………………………………………………

TELEPHONE NUMBER: ......................................................................................................

E-MAIL ADDRESS: ................................................................................................................

FAX NUMBER: ……………………………………….............................................................

AS WITNESS: ................................................................................................................... (NAME IN CAPITALS)

SIGNATURE: .........................................................................................................................

This section must be completed in full otherwise bidders maybe liable to rejection on the grounds of being incomplete.

Page 80:  · CONTRACT No. JRA/20/24 FOR PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY CONCRETE & …

The Tender Part 2

Returnable Schedules

CONTRACT No. JRA/20/24

PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION

MATERIAL:SUPPLEMENTARY CONCRETE & STORMWATER PRODUCTS, STEEL GRIDS AND PILLAR SUPPORT,

SUPPLEMENTARY ROAD MARKING PRODUCTS,CHEMICALS (WEEDKILLER, THINNERS ETC.), CRACKSEAL &

BURNER FUEL OIL“AS AND WHEN” REQUIRED BY THE JRA FOR A PERIOD OF THREE YEARS (36 MONTHS).

July 2020 SCHEDULE OF RETURNABLES

76

FORM E. RECORD OF ADDENDA TO BID DOCUMENTS

We confirm that the following communications received from the Johannesburg Roads Agency or their Agent before the submission of this Bid offer, amending the Bid documents, have been taken into account in this Bid offer:

Date Title or Details

1.

2.

3.

4.

5.

6.

7.

8.

9.

10.

Please attach the Addendum received after this page

Page 81:  · CONTRACT No. JRA/20/24 FOR PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY CONCRETE & …

The Tender Part 2

Returnable Schedules

CONTRACT No. JRA/20/24

PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION

MATERIAL:SUPPLEMENTARY CONCRETE & STORMWATER PRODUCTS, STEEL GRIDS AND PILLAR SUPPORT,

SUPPLEMENTARY ROAD MARKING PRODUCTS,CHEMICALS (WEEDKILLER, THINNERS ETC.), CRACKSEAL &

BURNER FUEL OIL“AS AND WHEN” REQUIRED BY THE JRA FOR A PERIOD OF THREE YEARS (36 MONTHS).

July 2020 SCHEDULE OF RETURNABLES

77

FORM F. MBD 6.1 POINTS CLAIMED FOR B-BBEE STATUS (To be completed by the Bidder) MBD 6.1

PREFERENCE POINTS CLAIM FORM IN TERMS OF THE PREFERENTIAL PROCUREMENT REGULATIONS 2017

This preference form must form part of all bids invited. It contains general information and serves as a claim form for preference points for Broad-Based Black Economic Empowerment (B-BBEE) Status Level of Contribution NB: BEFORE COMPLETING THIS FORM, BIDDERS MUST STUDY THE GENERAL

CONDITIONS, DEFINITIONS AND DIRECTIVES APPLICABLE IN RESPECT OF B-BBEE, AS PRESCRIBED IN THE PREFERENTIAL PROCUREMENT REGULATIONS, 2017.

1. GENERAL CONDITIONS

1.1 The following preference point systems are applicable to all bids:

- the 80/20 system for requirements with a Rand value of up to R50 000 000 (all applicable taxes included); and

- the 90/10 system for requirements with a Rand value above R50 000 000 (all applicable taxes included).

1.2

(a) The value of this bid is estimated not to exceed R50 000 000 (all applicable taxes included) and therefore the …80/20…preference point system shall be applicable;

1.3 Points for this bid shall be awarded for:

(a) Price; and (b) B-BBEE Status Level of Contributor.

1.4 The maximum points for this bid are allocated as follows:

POINTS

PRICE 80

B-BBEE STATUS LEVEL OF CONTRIBUTOR 20

Total points for Price and B-BBEE must not exceed 100

1.5 Failure on the part of a bidder to submit proof of B-BBEE Status level of contributor together with the bid will be interpreted to mean that preference points for B-BBEE status level of contribution are not claimed.

1.6 The purchaser reserves the right to require of a bidder, either before a bid is adjudicated or at any time subsequently, to substantiate any claim in regard to preferences, in any manner required by the purchaser.

Page 82:  · CONTRACT No. JRA/20/24 FOR PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY CONCRETE & …

The Tender Part 2

Returnable Schedules

CONTRACT No. JRA/20/24

PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION

MATERIAL:SUPPLEMENTARY CONCRETE & STORMWATER PRODUCTS, STEEL GRIDS AND PILLAR SUPPORT,

SUPPLEMENTARY ROAD MARKING PRODUCTS,CHEMICALS (WEEDKILLER, THINNERS ETC.), CRACKSEAL &

BURNER FUEL OIL“AS AND WHEN” REQUIRED BY THE JRA FOR A PERIOD OF THREE YEARS (36 MONTHS).

July 2020 SCHEDULE OF RETURNABLES

78

2. DEFINITIONS

(a) “B-BBEE” means broad-based black economic empowerment as defined in section 1 of the Broad-Based Black Economic Empowerment Act;

(b) “B-BBEE status level of contributor” means the B-BBEE status of an entity in terms of a code of good practice on black economic empowerment, issued in terms of section 9(1) of the Broad-Based Black Economic Empowerment Act;

(c) “bid” means a written offer in a prescribed or stipulated form in response to an invitation by an organ of state for the provision of goods or services, through price quotations, advertised competitive bidding processes or proposals;

(d) “Broad-Based Black Economic Empowerment Act” means the Broad-Based Black Economic Empowerment Act, 2003 (Act No. 53 of 2003);

(e) “EME” means an Exempted Micro Enterprise in terms of a code of good practice on black economic empowerment issued in terms of section 9 (1) of the Broad-Based Black Economic Empowerment Act;

(f) “functionality” means the ability of a tenderer to provide goods or services in accordance with specifications as set out in the tender documents.

(g) “prices” includes all applicable taxes less all unconditional discounts;

(h) “proof of B-BBEE status level of contributor” means:

1) B-BBEE Status level certificate issued by an authorized body or person;

2) A sworn affidavit as prescribed by the B-BBEE Codes of Good Practice;

3) Any other requirement prescribed in terms of the B-BBEE Act;

(i) “QSE” means a qualifying small business enterprise in terms of a code of good practice on black economic empowerment issued in terms of section 9 (1) of the Broad-Based Black Economic Empowerment Act;

PART 1

(j) “rand value” means the total estimated value of a contract in Rand, calculated at the time of bid invitation, and includes all applicable taxes;

3. POINTS AWARDED FOR PRICE

3.1 THE 80/20 OR 90/10 PREFERENCE POINT SYSTEMS

A maximum of 80 or 90 points is allocated for price on the following basis: 80/20 or 90/10

or

Where

Ps = Points scored for price of bid under consideration

Pt = Price of bid under consideration

Pmin = Price of lowest acceptable bid

−−=

min

min180

P

PPtPs

−−=

min

min190

P

PPtPs

Page 83:  · CONTRACT No. JRA/20/24 FOR PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY CONCRETE & …

The Tender Part 2

Returnable Schedules

CONTRACT No. JRA/20/24

PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION

MATERIAL:SUPPLEMENTARY CONCRETE & STORMWATER PRODUCTS, STEEL GRIDS AND PILLAR SUPPORT,

SUPPLEMENTARY ROAD MARKING PRODUCTS,CHEMICALS (WEEDKILLER, THINNERS ETC.), CRACKSEAL &

BURNER FUEL OIL“AS AND WHEN” REQUIRED BY THE JRA FOR A PERIOD OF THREE YEARS (36 MONTHS).

July 2020 SCHEDULE OF RETURNABLES

79

4. POINTS AWARDED FOR B-BBEE STATUS LEVEL OF CONTRIBUTOR

4.1 In terms of Regulation 6 (2) and 7 (2) of the Preferential Procurement Regulations, preference points must be awarded to a bidder for attaining the B-BBEE status level of contribution in accordance with the table below:

B-BBEE Status Level of Contributor

Number of points

(90/10 system)

Number of points

(80/20 system)

1 10 20

2 9 18

3 6 14

4 5 12

5 4 8

6 3 6

7 2 4

8 1 2

Non-compliant contributor 0 0

5. BID DECLARATION

5.1 Bidders who claim points in respect of B-BBEE Status Level of Contribution must complete the following:

6. B-BBEE STATUS LEVEL OF CONTRIBUTOR CLAIMED IN TERMS OF PARAGRAPHS 1.4 AND 4.1

6.1 B-BBEE Status Level of Contributor: . = ………(maximum of 10 or 20 points)

(Points claimed in respect of paragraph 7.1 must be in accordance with the table reflected in paragraph 4.1 and must be substantiated by relevant proof of B-BBEE status level of contributor.

7. SUB-CONTRACTING

7.1 Will any portion of the contract be sub-contracted?

(Tick applicable box)

YES NO

7.1.1 If yes, indicate:

i) What percentage of the contract will be subcontracted............…………….…………%

ii) The name of the sub-contractor…………………………………………………………..

iii) The B-BBEE status level of the sub-contractor......................................……………..

iv) Whether the sub-contractor is an EME or QSE

Page 84:  · CONTRACT No. JRA/20/24 FOR PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY CONCRETE & …

The Tender Part 2

Returnable Schedules

CONTRACT No. JRA/20/24

PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION

MATERIAL:SUPPLEMENTARY CONCRETE & STORMWATER PRODUCTS, STEEL GRIDS AND PILLAR SUPPORT,

SUPPLEMENTARY ROAD MARKING PRODUCTS,CHEMICALS (WEEDKILLER, THINNERS ETC.), CRACKSEAL &

BURNER FUEL OIL“AS AND WHEN” REQUIRED BY THE JRA FOR A PERIOD OF THREE YEARS (36 MONTHS).

July 2020 SCHEDULE OF RETURNABLES

80

(Tick applicable box)

YES NO

v) Specify, by ticking the appropriate box, if subcontracting with an enterprise in terms of Preferential Procurement Regulations,2017:

Designated Group: An EME or QSE which is at last 51% owned by: EME √

QSE √

Black people

Black people who are youth

Black people who are women

Black people with disabilities

Black people living in rural or underdeveloped areas or townships

Cooperative owned by black people

Black people who are military veterans

OR

Any EME

Any QSE

8. DECLARATION WITH REGARD TO COMPANY/FIRM

8.1 Name of company/firm:…………………………………………………………………………….

8.2 VAT registration number:……………………………………….…………………………………

8.3 Company registration number:…………….……………………….…………………………….

8.4 TYPE OF COMPANY/ FIRM

Partnership/Joint Venture / Consortium

One person business/sole propriety

Close corporation

Company

(Pty) Limited [TICK APPLICABLE BOX]

8.5 DESCRIBE PRINCIPAL BUSINESS ACTIVITIES

…………………………………………………………………………………………………………

…………………………………………………………………………………………………………

…………………………………………………………………………………………………………

…………………………………………………………………………………………..

8.6 COMPANY CLASSIFICATION

Manufacturer

Supplier

Professional service provider

Other service providers, e.g. transporter, etc. [TICK APPLICABLE BOX]

Page 85:  · CONTRACT No. JRA/20/24 FOR PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY CONCRETE & …

The Tender Part 2

Returnable Schedules

CONTRACT No. JRA/20/24

PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION

MATERIAL:SUPPLEMENTARY CONCRETE & STORMWATER PRODUCTS, STEEL GRIDS AND PILLAR SUPPORT,

SUPPLEMENTARY ROAD MARKING PRODUCTS,CHEMICALS (WEEDKILLER, THINNERS ETC.), CRACKSEAL &

BURNER FUEL OIL“AS AND WHEN” REQUIRED BY THE JRA FOR A PERIOD OF THREE YEARS (36 MONTHS).

July 2020 SCHEDULE OF RETURNABLES

81

8.7 Total number of years the company/firm has been in business:……………………………

8.8 I/we, the undersigned, who is / are duly authorised to do so on behalf of the company/firm,

certify that the points claimed, based on the B-BBE status level of contributor indicated in

paragraphs 1.4 and 6.1 of the foregoing certificate, qualifies the company/ firm for the

preference(s) shown and I / we acknowledge that:

i) The information furnished is true and correct;

ii) The preference points claimed are in accordance with the General Conditions as indicated in paragraph 1 of this form;

iii) In the event of a contract being awarded as a result of points claimed as shown

ATTACH AN ORIGINAL OR A CERTIFIED B-BBEE CERTIFICATE OR AFFIDAVIT AFTER

THIS PAGE

WITNESSES

1. ……………………………………..

2. …………………………………….

……………………………………….

SIGNATURE(S) OF BIDDERS(S)

DATE: …………………………………..

ADDRESS …………………………………..

…………………………………..

…………………………………..

Page 86:  · CONTRACT No. JRA/20/24 FOR PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY CONCRETE & …

The Tender Part 2

Returnable Schedules

CONTRACT No. JRA/20/24

PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION

MATERIAL:SUPPLEMENTARY CONCRETE & STORMWATER PRODUCTS, STEEL GRIDS AND PILLAR SUPPORT,

SUPPLEMENTARY ROAD MARKING PRODUCTS,CHEMICALS (WEEDKILLER, THINNERS ETC.), CRACKSEAL &

BURNER FUEL OIL“AS AND WHEN” REQUIRED BY THE JRA FOR A PERIOD OF THREE YEARS (36 MONTHS).

July 2020 SCHEDULE OF RETURNABLES

82

FORM G. DECLARATION OF INTEREST MBD 4

1. No bid will be accepted from persons in the service of the state.

2. Any person, having a kinship with persons in the service of the state, including a blood relationship, may make an offer or offers in terms of this invitation to bid. In view of possible allegations of favouritism, should the resulting bid, or part thereof, be awarded to persons connected with or related to persons in service of the state, it is required that the bidder or their authorised representative declare their position in relation to the evaluating/adjudicating authority and/or take an oath declaring his/her interest.

3. In order to give effect to the above, the following questionnaire must be completed and submitted with the bid:

3.1. Full Name: ………………………………………………………………………………… Identity Number:………………………………………………………………………………

3.2. Position within the company (Director, Trustee, Shareholder**)…………………………

3.3. Company Registration Number: ……………………………………………………………

3.4. Tax Reference Number: ……………………………………………………………………

3.5. VAT Registration Number: …………………………………………………………………

3.6. Are you presently in the service of the state

MSCM Regulations: “in the service of the state” means to be –

(a) a member of – (i) any municipal council; (ii) any provincial legislature; or (iii) the national Assembly or the national Council of provinces;

(b) a member of the board of directors of any municipal entity; (c) an official of any municipality or municipal entity; (d) an employee of any national or provincial department, national or provincial public entity or constitutional

institution within the meaning of the Public Finance Management Act, 1999 (Act No.1 of 1999); (e) a member of the accounting authority of any national or provincial public entity; or

(f) an employee of Parliament or a provincial legislature. ** Shareholder” means a person who owns shares in the company and is actively involved in the management of the company or business and exercises control over the company.

YES NO

Page 87:  · CONTRACT No. JRA/20/24 FOR PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY CONCRETE & …

The Tender Part 2

Returnable Schedules

CONTRACT No. JRA/20/24

PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION

MATERIAL:SUPPLEMENTARY CONCRETE & STORMWATER PRODUCTS, STEEL GRIDS AND PILLAR SUPPORT,

SUPPLEMENTARY ROAD MARKING PRODUCTS,CHEMICALS (WEEDKILLER, THINNERS ETC.), CRACKSEAL &

BURNER FUEL OIL“AS AND WHEN” REQUIRED BY THE JRA FOR A PERIOD OF THREE YEARS (36 MONTHS).

July 2020 SCHEDULE OF RETURNABLES

83

3.6.1. If so, furnish particulars …………………………………………………………………………………………… ………………………………………………………………………………………………

3.7. Have you been in the service of the state for the past twelve months?

3.7.1. If so, furnish particulars ……………………………………………………………………………………………… ………………………………………………………………………………………………

3.8. Do you have any relationship (family, friend or other)with persons in the service of the state and

who may be involved with the evaluation and or adjudication of this bid

3.8.1. If so, furnish particulars …………………………………………………………………………………………… ………………………………………………………………………………………………

3.9. Are you, aware of any relationship (family, friend, other) between a bidder and any persons in the service of the state who may be involved with the evaluation and or adjudication of this bid?

3.9.1. If so, furnish particulars

……………………………………………………………………………………………… ………………………………………………………………………………………………

3.10. Are any of the company’s directors, managers, principle shareholders or stakeholders in the

service if the state?

3.10.1. If so, furnish particulars …………………………………………………………… ………………………………………………………………………………………………

3.11. Is any spouse, child or parent of the company’s directors, managers, principle shareholders or stakeholders in the service of the state?

3.11.1. If so, furnish particulars

……………………………………………………………………………………………… ……………………………………………………………………………………………

YES NO

YES NO

YES NO

YES NO

Page 88:  · CONTRACT No. JRA/20/24 FOR PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY CONCRETE & …

The Tender Part 2

Returnable Schedules

CONTRACT No. JRA/20/24

PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION

MATERIAL:SUPPLEMENTARY CONCRETE & STORMWATER PRODUCTS, STEEL GRIDS AND PILLAR SUPPORT,

SUPPLEMENTARY ROAD MARKING PRODUCTS,CHEMICALS (WEEDKILLER, THINNERS ETC.), CRACKSEAL &

BURNER FUEL OIL“AS AND WHEN” REQUIRED BY THE JRA FOR A PERIOD OF THREE YEARS (36 MONTHS).

July 2020 SCHEDULE OF RETURNABLES

84

3.12. Do you or any of the directors, trustees, managers, principle shareholders, or stakeholders of this company have any interest in any other related companies or business whether or not they are bidding for this contract

3.12.1. If so, furnish particulars ……………………………………………………………………………………………… ………………………………………………………………………………………………

YES NO

Page 89:  · CONTRACT No. JRA/20/24 FOR PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY CONCRETE & …

The Tender Part 2

Returnable Schedules

CONTRACT No. JRA/20/24

PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION

MATERIAL:SUPPLEMENTARY CONCRETE & STORMWATER PRODUCTS, STEEL GRIDS AND PILLAR SUPPORT,

SUPPLEMENTARY ROAD MARKING PRODUCTS,CHEMICALS (WEEDKILLER, THINNERS ETC.), CRACKSEAL &

BURNER FUEL OIL“AS AND WHEN” REQUIRED BY THE JRA FOR A PERIOD OF THREE YEARS (36 MONTHS).

July 2020 SCHEDULE OF RETURNABLES

85

4. Full details of directors / trustees / members / shareholders

Full Name Identity Number State Employee Number

CERTIFICATION I THE UNDERSIGNED (NAME) ………………………………………………………CERTIFY THAT THE INFORMATION FURNISHED ON THIS DECLARATION FORM IS CORRECT. I ACCEPT THAT THE JRA MAY ACT AGAINST ME SHOULD THIS DECLARATION PROVE TO BE FALSE SIGNATURE ………………………………………………………… DATE…………………… NAME OF BIDDER ……………………………… ……………

POSITION…………………………………………………………………………………………

Page 90:  · CONTRACT No. JRA/20/24 FOR PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY CONCRETE & …

The Tender Part 2

Returnable Schedules

CONTRACT No. JRA/20/24

PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION

MATERIAL:SUPPLEMENTARY CONCRETE & STORMWATER PRODUCTS, STEEL GRIDS AND PILLAR SUPPORT,

SUPPLEMENTARY ROAD MARKING PRODUCTS,CHEMICALS (WEEDKILLER, THINNERS ETC.), CRACKSEAL &

BURNER FUEL OIL“AS AND WHEN” REQUIRED BY THE JRA FOR A PERIOD OF THREE YEARS (36 MONTHS).

July 2020 SCHEDULE OF RETURNABLES

86

FORM H. TAX COMPLIANCE REQUIREMENTS MBD 2

CONDITIONS PERTAINING TO TAX

TAX COMPLIANCE REQUIREMENTS

It is a condition of bid that the taxes of the successful bidder must be in order, or that

satisfactory arrangements have been made with South African Revenue Service (SARS) to meet

the bidder’s tax obligations.

1. Any person who requires his or her tax compliance status to be disclosed to a Government institution or department, for purposes of submitting a bid or to confirm its good standing after the phasing out of paper based TCCs must request a unique security personal identification number (PIN) from SARS.

2. Very important to note is that the disclosure of a bidder’s tax compliance status is an express condition for all acceptable Government bids. Failure to make the relevant disclosures will invalidate your bid and your response will be null and void.

3. The Government institution or department must use the PIN referred to above to verify a person’s tax compliance status with SARS.

4. Bidders to complete the table below and provide a unique security personal identification number

(PIN) from SARS which will enable the JRA to access online real-time verification of a person’s tax compliance status with the electronic Tax Compliance Status (TCS) system. Failure to submit the PIN will result in the bid being disqualified.

Full name of bidder: Electronic Tax Compliance Status System

PIN No:

Attach the SARS PIN Certificate after this page

Page 91:  · CONTRACT No. JRA/20/24 FOR PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY CONCRETE & …

The Tender Part 2

Returnable Schedules

CONTRACT No. JRA/20/24

PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION

MATERIAL:SUPPLEMENTARY CONCRETE & STORMWATER PRODUCTS, STEEL GRIDS AND PILLAR SUPPORT,

SUPPLEMENTARY ROAD MARKING PRODUCTS,CHEMICALS (WEEDKILLER, THINNERS ETC.), CRACKSEAL &

BURNER FUEL OIL“AS AND WHEN” REQUIRED BY THE JRA FOR A PERIOD OF THREE YEARS (36 MONTHS).

July 2020 SCHEDULE OF RETURNABLES

87

FORM I. CURRENT MUNICIPAL CHARGES MUNICIPAL RATES AND TAXES – BUSINESS ENTITY BIDDERS PLEASE NOTE: Bidders must complete this form and/or to attach the required invoices/statement of account. DIRECTOR 1: Municipality where business is situated: ………………………………………………………………………………………….. Registered Account No for Entity: ………………………………………………………………………………………….. Stand No: ………………………………………………………………………………………….. Please attach the following documents to the bid: a) Most recent municipal Invoice / statement / account of Business Entity. Accounts outstanding for 90

days and more will result in the bidder being disqualified.

b) In cases where the business has signed a lease agreement, proof must be provided from the Landlord

or owner indicating that the business’s Rates and Taxes is not outstanding.

All shortlisted bibbers that fail to submit proof of the lease agreement / or letter from the Landlord or owner confirming that the business account for Rates and Taxes is in order will result in the bid submission to be non-responsive.

Page 92:  · CONTRACT No. JRA/20/24 FOR PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY CONCRETE & …

The Tender Part 2

Returnable Schedules

CONTRACT No. JRA/20/24

PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION

MATERIAL:SUPPLEMENTARY CONCRETE & STORMWATER PRODUCTS, STEEL GRIDS AND PILLAR SUPPORT,

SUPPLEMENTARY ROAD MARKING PRODUCTS,CHEMICALS (WEEDKILLER, THINNERS ETC.), CRACKSEAL &

BURNER FUEL OIL“AS AND WHEN” REQUIRED BY THE JRA FOR A PERIOD OF THREE YEARS (36 MONTHS).

July 2020 SCHEDULE OF RETURNABLES

88

CURRENT MUNICIPAL CHARGES MUNICIPAL RATES AND TAXES – DIRECTORS’ PRIVATE PROPERTIES BIDDERS PLEASE NOTE: Bidders must complete this form and/or to attach the required invoices/statement of account. DIRECTOR 1: NAME……………………………………SIGNATURE……………………………………… Municipality where property is situated: ………………………………………………………………………………………….. Registered Account No for Property: …………………………………………………………… Stand No:………………………………………………… DIRECTOR 2: NAME………………………………………………..SIGNATURE…………………………………… Municipality where property is situated: ………………………………………………………………………………………….. Registered Account No for Property: ………………………………………………………………………………………….. Stand No: ………………………………………………………………………………………….. DIRECTOR 3: NAME………………………………………………..SIGNATURE…………………………………… Municipality where property is situated: ………………………………………………………………………………………….. Registered Account No for Property: …………………………………………………………………………………………..

Page 93:  · CONTRACT No. JRA/20/24 FOR PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY CONCRETE & …

The Tender Part 2

Returnable Schedules

CONTRACT No. JRA/20/24

PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION

MATERIAL:SUPPLEMENTARY CONCRETE & STORMWATER PRODUCTS, STEEL GRIDS AND PILLAR SUPPORT,

SUPPLEMENTARY ROAD MARKING PRODUCTS,CHEMICALS (WEEDKILLER, THINNERS ETC.), CRACKSEAL &

BURNER FUEL OIL“AS AND WHEN” REQUIRED BY THE JRA FOR A PERIOD OF THREE YEARS (36 MONTHS).

July 2020 SCHEDULE OF RETURNABLES

89

Stand No: ………………………………………………………………………………………….. DIRECTOR 4: NAME………………………………………………..SIGNATURE…………………………………… Municipality where property is situated: ………………………………………………………………………………………….. Registered Account No for Property: ………………………………………………………………………………………….. Stand No: ………………………………………………………………………………………….. Please attach the following documents to the bid:

a) Most recent municipal Invoice / statement / account of Director as stated on the company

registration documents. Accounts outstanding for 90 days and more will result in the bidder being

disqualified.

b) In cases where the Director has signed a lease agreement, proof must be provided from the

Landlord or owner indicating that the Director’s Rates and Taxes is not outstanding.

All shortlisted bibbers that fail to submit proof of the lease agreement / or letter from the Landlord or owner confirming that the directors of the company Rates and Taxes is in order will result in the bid submission to be non-responsive. Attach Municipal Accounts after this page for:-

• The Company

• Directors

SIGNATURE ………………………………………………………… DATE…………………… NAME OF BIDDER ……………………………… ……………

POSITION…………………………………………………………………………………………

Page 94:  · CONTRACT No. JRA/20/24 FOR PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY CONCRETE & …

The Tender Part 2

Returnable Schedules

CONTRACT No. JRA/20/24

PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION

MATERIAL:SUPPLEMENTARY CONCRETE & STORMWATER PRODUCTS, STEEL GRIDS AND PILLAR SUPPORT,

SUPPLEMENTARY ROAD MARKING PRODUCTS,CHEMICALS (WEEDKILLER, THINNERS ETC.), CRACKSEAL &

BURNER FUEL OIL“AS AND WHEN” REQUIRED BY THE JRA FOR A PERIOD OF THREE YEARS (36 MONTHS).

July 2020 SCHEDULE OF RETURNABLES

90

FORM J. VENDOR NUMBER REGISTRATION WITH (CSD)CENTRAL SUPPLIER DATABASE

Bidders must submit Vendor Number Registration with Central Supplier Database. It is a requirement

that all bidders must be registered with CSD in order to be eligible for bidding.

Failure to submit the Vendor Number Registration with Central Supplier Database may result with the

bidder being disqualified.

ENTITY NAME………………………..……………………………………………………………

VENDOR NUMBER REGISTRATION …………………………………………………………

SIGNATURE …………………………………………… DATE …………………………

NAME OF BIDDER ……………………………………………………………………………

POSITION ………………………………………………………………………………….

Page 95:  · CONTRACT No. JRA/20/24 FOR PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY CONCRETE & …

The Tender Part 2

Returnable Schedules

CONTRACT No. JRA/20/24

PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION

MATERIAL:SUPPLEMENTARY CONCRETE & STORMWATER PRODUCTS, STEEL GRIDS AND PILLAR SUPPORT,

SUPPLEMENTARY ROAD MARKING PRODUCTS,CHEMICALS (WEEDKILLER, THINNERS ETC.), CRACKSEAL &

BURNER FUEL OIL“AS AND WHEN” REQUIRED BY THE JRA FOR A PERIOD OF THREE YEARS (36 MONTHS).

July 2020 SCHEDULE OF RETURNABLES

91

FORM K. DECLARATION OF BIDDER’S PAST SUPPLY CHAIN MANAGEMENT PRACTICES MBD 8

1. This Municipal Bidding Document must form part of all bids invited.

2. It serves as a declaration to be used by municipalities and municipal entities in ensuring that when

goods and services are being procured, all reasonable steps are taken to combat the abuse of the supply chain management system.

3. The bid of any bidder may be rejected if that bidder, or any of its directors have:

3.1. abused the municipality’s / municipal entity’s supply chain management system or committed

any improper conduct in relation to such system; 3.2. been convicted for fraud or corruption during the past five years; 3.3. willfully neglected, reneged on or failed to comply with any government, municipal or other

public sector contract during the past five years; or 3.4. been listed in the Register for Tender Defaulters in terms of section 29 of the Prevention and

Combating of Corrupt Activities Act (No 12 of 2004).

4. In order to give effect to the above, the following questionnaire must be completed and submitted with the bid

Item Question Yes No

4.1 Is the bidder or any of its directors listed on the National Treasury’s Database of Restricted Suppliers as companies or persons prohibited from doing business with the public sector? (Companies or persons who are listed on this Database were informed in writing of this restriction by the Accounting Officer/Authority of the institution that imposed the restriction after the audi alteram partem rule was applied). The Database of Restricted Suppliers now resides on the National Treasury’s website(www.treasury.gov.za) and can be accessed by clicking on its link at the bottom of the home page.

Yes

No

4.1.1 If so, furnish particulars:

4.2 Is the bidder or any of its directors listed on the Register for Tender Defaulters in terms of section 29 of the Prevention and Combating of Corrupt Activities Act (No 12 of 2004)? The Register for Tender Defaulters can be accessed on the National Treasury’s website (www.treasury.gov.za) by clicking on its link at the bottom of the home page.

Yes

No

4.2.1 If so, furnish particulars:

Page 96:  · CONTRACT No. JRA/20/24 FOR PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY CONCRETE & …

The Tender Part 2

Returnable Schedules

CONTRACT No. JRA/20/24

PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION

MATERIAL:SUPPLEMENTARY CONCRETE & STORMWATER PRODUCTS, STEEL GRIDS AND PILLAR SUPPORT,

SUPPLEMENTARY ROAD MARKING PRODUCTS,CHEMICALS (WEEDKILLER, THINNERS ETC.), CRACKSEAL &

BURNER FUEL OIL“AS AND WHEN” REQUIRED BY THE JRA FOR A PERIOD OF THREE YEARS (36 MONTHS).

July 2020 SCHEDULE OF RETURNABLES

92

4.3 Was the bidder or any of its directors convicted by a court of law (including a court of law outside the Republic of South Africa) for fraud or corruption during the past five years?

Yes

No

4.3.1 If so, furnish particulars:

4.4 Does the bidder or any of its directors owe any municipal rates and taxes or municipal charges to the municipality / municipal entity, or to any other municipality / municipal entity, that is in arrears for more than three months?

Yes

No

4.4.1 If so, furnish particulars:

4.5 Was any contract between the bidder and the municipality / municipal entity or any other organ of state terminated during the past five years on account of failure to perform on or comply with the contract?

Yes

No

4.5.1 If so, furnish particulars:

CERTIFICATION

I THE UNDERSIGNED (NAME)……………………………………………………CERTIFY THAT THE INFORMATION FURNISHED ON THIS DECLARATION FORM IS CORRECT. I ACCEPT THAT THE JRA MAY ACT AGAINST ME SHOULD THIS DECLARATION PROVE TO BE FALSE SIGNATURE ………………………………… DATE ……………………………………… NAME OF BIDDER ……………………………………… POSITION …………………………

Page 97:  · CONTRACT No. JRA/20/24 FOR PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY CONCRETE & …

The Tender Part 2

Returnable Schedules

CONTRACT No. JRA/20/24

PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION

MATERIAL:SUPPLEMENTARY CONCRETE & STORMWATER PRODUCTS, STEEL GRIDS AND PILLAR SUPPORT,

SUPPLEMENTARY ROAD MARKING PRODUCTS,CHEMICALS (WEEDKILLER, THINNERS ETC.), CRACKSEAL &

BURNER FUEL OIL“AS AND WHEN” REQUIRED BY THE JRA FOR A PERIOD OF THREE YEARS (36 MONTHS).

July 2020 SCHEDULE OF RETURNABLES

93

FORM L. CERTIFICATE OF INDEPENDENT BID DETERMINATION MBD 9

1. This Standard Bidding Document (SBD) must form part of all bids1 invited.

2. Section 4 (1) (b) (iii) of the Competition Act No. 89 of 1998, as amended, prohibits an agreement between, or concerted practice by, firms, or a decision by an association of firms, if it is between parties in a horizontal relationship and if it involves collusive bidding (or bid rigging2). Collusive bidding is a per prohibition meaning that it cannot be justified under any grounds.

3. Treasury Regulation 16A9 prescribes that accounting officers and accounting authorities must take all

reasonable steps to prevent abuse of the supply chain management system and authorizes accounting officers and accounting authorities to:

3.1. disregard the bid of any bidder if that bidder, or any of its directors have abused the institution’s

supply chain management system and or committed fraud or any other improper conduct in relation to such system.

3.2. cancel a contract awarded to a supplier of goods and services if the supplier committed any corrupt or fraudulent act during the bidding process or the execution of that contract.

4. This SBD serves as a certificate of declaration that would be used by institutions to ensure that, when bids are considered, reasonable steps are taken to prevent any form of bid-rigging.

5. In order to give effect to the above, the attached Certificate of Bid Determination (SBD 9) must be completed and submitted with the bid:

I, the undersigned, in submitting the accompanying bid: (Bid number and description)……………………………………………………………… in response to the invitation for the bid made by: (Name of Institution)……………………………………… …………………………………………………... do hereby make the following statements that I certify to be true and complete in every respect: I certify, on behalf of: (Name of Bidder)………………………………………………………………………………………………….. that:

1. I have read and I understand the contents of this Certificate;

1 Includes price quotations, advertised competitive bids, limited bids and proposals. 2 Bid rigging (or collusive bidding) occurs when businesses, that would otherwise be expected to compete, secretly conspire to raise prices or lower the quality of goods and / or services for purchasers who wish to acquire goods and / or services through a bidding process. Bid rigging is, therefore, an agreement between competitors not to compete.

Page 98:  · CONTRACT No. JRA/20/24 FOR PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY CONCRETE & …

The Tender Part 2

Returnable Schedules

CONTRACT No. JRA/20/24

PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION

MATERIAL:SUPPLEMENTARY CONCRETE & STORMWATER PRODUCTS, STEEL GRIDS AND PILLAR SUPPORT,

SUPPLEMENTARY ROAD MARKING PRODUCTS,CHEMICALS (WEEDKILLER, THINNERS ETC.), CRACKSEAL &

BURNER FUEL OIL“AS AND WHEN” REQUIRED BY THE JRA FOR A PERIOD OF THREE YEARS (36 MONTHS).

July 2020 SCHEDULE OF RETURNABLES

94

2. I understand that the accompanying bid will be disqualified if this Certificate is found not to be true and complete in every respect;

3. I am authorized by the bidder to sign this Certificate, and to submit the accompanying bid, on behalf of the bidder;

4. Each person whose signature appears on the accompanying bid has been authorized by the bidder to determine the terms of, and to sign the bid, on behalf of the bidder;

5. For the purposes of this Certificate and the accompanying bid, I understand that the word “competitor” shall include any individual or organization, other than the bidder, whether or not affiliated with the bidder, who:

5.1. has been requested to submit a bid in response to this bid invitation;

5.2. could potentially submit a bid in response to this bid invitation, based on their qualifications, abilities or experience; and

5.3. provides the same goods and services as the bidder and/or is in the same line of business as the bidder

6. The bidder has arrived at the accompanying bid independently from, and without consultation, communication, agreement or arrangement with any competitor. However communication between partners in a joint venture or consortium3 will not be construed as collusive bidding.

7. In particular, without limiting the generality of paragraphs 6 above, there has been no consultation, communication, agreement or arrangement with any competitor regarding:

7.1. prices;

7.2. geographical area where product or service will be rendered (market allocation)

7.3. methods, factors or formulas used to calculate prices;

7.4. the intention or decision to submit or not to submit, a bid;

7.5. the submission of a bid which does not meet the specifications and conditions of the bid; or

7.6. bidding with the intention not to win the bid.

8. In addition, there have been no consultations, communications, agreements or arrangements with any competitor regarding the quality, quantity, specifications and conditions or delivery particulars of the products or services to which this bid invitation relates.

9. The terms of the accompanying bid have not been, and will not be, disclosed by the bidder, directly or indirectly, to any competitor, prior to the date and time of the official bid opening or of the awarding of the contract.

3 Joint venture or Consortium means an association of persons for the purpose of combining their expertise, property, capital, efforts, skill and knowledge in an activity for the execution of a contract.

Page 99:  · CONTRACT No. JRA/20/24 FOR PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY CONCRETE & …

The Tender Part 2

Returnable Schedules

CONTRACT No. JRA/20/24

PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION

MATERIAL:SUPPLEMENTARY CONCRETE & STORMWATER PRODUCTS, STEEL GRIDS AND PILLAR SUPPORT,

SUPPLEMENTARY ROAD MARKING PRODUCTS,CHEMICALS (WEEDKILLER, THINNERS ETC.), CRACKSEAL &

BURNER FUEL OIL“AS AND WHEN” REQUIRED BY THE JRA FOR A PERIOD OF THREE YEARS (36 MONTHS).

July 2020 SCHEDULE OF RETURNABLES

95

10. I am aware that, in addition and without prejudice to any other remedy provided to combat any restrictive practices related to bids and contracts, bids that are suspicious will be reported to the Competition Commission for investigation and possible imposition of administrative penalties in terms of section 59 of the Competition Act No 89 of 1998 and or may be reported to the National Prosecuting Authority (NPA) for criminal investigation and or may be restricted from conducting business with the public sector for a period not exceeding ten (10) years in terms of the Prevention and Combating of Corrupt Activities Act No 12 of 2004 or any other applicable legislation.

SIGNATURE ……………………………………… DATE ………………………………… NAME OF BIDDER ……………………………… POSITION ………………………………

Page 100:  · CONTRACT No. JRA/20/24 FOR PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY CONCRETE & …

The Tender Part 2

Returnable Schedules

CONTRACT No. JRA/20/24

PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION

MATERIAL:SUPPLEMENTARY CONCRETE & STORMWATER PRODUCTS, STEEL GRIDS AND PILLAR SUPPORT,

SUPPLEMENTARY ROAD MARKING PRODUCTS,CHEMICALS (WEEDKILLER, THINNERS ETC.), CRACKSEAL &

BURNER FUEL OIL“AS AND WHEN” REQUIRED BY THE JRA FOR A PERIOD OF THREE YEARS (36 MONTHS).

July 2020 SCHEDULE OF RETURNABLES

96

FORM M. RECORD OF SERVICES PROVIDED TO ORGANS OF STATE

(To be completed by bidder) Bidders are required to complete this record in terms of the Supply Chain Management Regulations issued in terms of the Municipal Finance Management Act of 2003. Include only those contracts where the bidder identified in the signature block below was directly contracted by the Employer. Bidders must not include services provided in terms of a sub-contract agreement. Where contracts were awarded in the name of a joint venture and the bidder formed part of that joint venture, indicate in the column entitled “Title of the contract for the service” that the contract was in joint venture and provide the name of the joint venture that contracted with the employer. In the column for the value of the contract for the service, record the value of the portion of the contract performed (or to be performed) by the bidder. Complete the record or attach the required information in the prescribed tabulation.

All goods delivered / services commenced or completed to an organ of state in the last 5 years

Organ of state, i.e. national or provincial department, public entity, municipality or municipal entity.

Title of contract for the service / goods delivered

Value of contract incl VAT (Rand)

Date completed (State current if not yet completed).

1.

2.

3.

4.

Page 101:  · CONTRACT No. JRA/20/24 FOR PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY CONCRETE & …

The Tender Part 2

Returnable Schedules

CONTRACT No. JRA/20/24

PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION

MATERIAL:SUPPLEMENTARY CONCRETE & STORMWATER PRODUCTS, STEEL GRIDS AND PILLAR SUPPORT,

SUPPLEMENTARY ROAD MARKING PRODUCTS,CHEMICALS (WEEDKILLER, THINNERS ETC.), CRACKSEAL &

BURNER FUEL OIL“AS AND WHEN” REQUIRED BY THE JRA FOR A PERIOD OF THREE YEARS (36 MONTHS).

July 2020 SCHEDULE OF RETURNABLES

97

All goods delivered / services commenced or completed to an organ of state in the last 5 years

Organ of state, i.e. national or provincial department, public entity, municipality or municipal entity.

Title of contract for the service / goods delivered

Value of contract incl VAT (Rand)

Date completed (State current if not yet completed).

5.

6.

(Attach additional pages if more space is required). The undersigned, who warrants that he / she is duly authorised to do so on behalf of the enterprise, confirms that the contents of this schedule are within my personal knowledge and are to the best of my belief both true and correct. NAME ……………………………………………………………………………………………………………….…….. SIGNATURE………………………………………DATE……………………………………… CAPACITY …………………………………… SIGNED AT……………………………………………………………ON THIS DAY OF ………………………………………………………… WITNESS 1 FULL NAME ……………………….…………………….………………………………………SIGNATURE…………………. WITNESS 2 FULL NAMES ………………………………………………………………………………………SIGNATURE…………………

Page 102:  · CONTRACT No. JRA/20/24 FOR PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY CONCRETE & …

The Tender Part 2

Returnable Schedules

CONTRACT No. JRA/20/24

PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION

MATERIAL:SUPPLEMENTARY CONCRETE & STORMWATER PRODUCTS, STEEL GRIDS AND PILLAR SUPPORT,

SUPPLEMENTARY ROAD MARKING PRODUCTS,CHEMICALS (WEEDKILLER, THINNERS ETC.), CRACKSEAL &

BURNER FUEL OIL“AS AND WHEN” REQUIRED BY THE JRA FOR A PERIOD OF THREE YEARS (36 MONTHS).

July 2020 SCHEDULE OF RETURNABLES

98

FORM N. DECLARATION OF BIDDERS LITIGATION HISTORY (To be completed by bidder) The Bidder shall list below details of any litigation with which the Bidder (including directors, shareholders or other senior members in previous companies) has been involved with any organ of state or state department, including the JRA, within the last ten years. The details must include the year, the litigating parties, and the subject matter of dispute, the value of any award or estimated award if the litigation is current and in whose favour the award, if any, was made.

CLIENT OTHER LITIGATING PARTY

DISPUTE AWARD VALUE DATE RESOLVED

CERTIFICATION I, the undersigned (full Name) ………...………………………….…………………………………… Certify that the information furnished on this declaration form is true and correct. I accept that, in addition to cancellation of a contract, action may be taken against me should this declaration prove to be false. Name (Block Letter) ………………...….……………..……………….…………………………….. Capacity of authorized agents: …………..………………………………….…………………… Signature(s) of authorized agents: …………………………………….……………………….. Signed at …………………………………… on this day of: ……..………...…………………….. Witness (Full name – BLOCK LETTERS – and signature) 1 ………………………………………………………………………………………………………………………

Name in Block Letters and Signature 2 ……………………………………………………………………………………………………………………

Name in Block Letters and Signature Date: ………………………………………………………………………………………

Page 103:  · CONTRACT No. JRA/20/24 FOR PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY CONCRETE & …

The Tender Part 2

Returnable Schedules

CONTRACT No. JRA/20/24

PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION

MATERIAL:SUPPLEMENTARY CONCRETE & STORMWATER PRODUCTS, STEEL GRIDS AND PILLAR SUPPORT,

SUPPLEMENTARY ROAD MARKING PRODUCTS,CHEMICALS (WEEDKILLER, THINNERS ETC.), CRACKSEAL &

BURNER FUEL OIL“AS AND WHEN” REQUIRED BY THE JRA FOR A PERIOD OF THREE YEARS (36 MONTHS).

July 2020 SCHEDULE OF RETURNABLES

99

FORM O. DECLARATION FOR PROCUREMENT ABOVE R10 MILLION (ALL APPLICABLE TAXES INCLUDED) (MBD 5)

For all procurement expected to exceed R10 million (all applicable taxes included), bidders must

complete the following questionnaire:

1 Are you by law required to prepare annual financial statements?

for auditing? *YES/ NO

1.1 If yes, submit audited annual financial statements for the past

three years or since the date of establishment if

established during the past three years. *YES/ NO

……………………………………….……………………………………………………………………

……………………………………….……………………………………………………………………

……………………………………….……………………………………………………………………

1.2 If No, submit unaudited annual financial statements for the past

three years or since the date of establishment if

established during the past three years; signed by the Member. *YES/ NO

……………………………………….……………………………………………………………………

……………………………………….……………………………………………………………………

2 Do you have any outstanding undisputed commitments for

municipal services towards any municipality for more than

three months or any other service provider in respect of

which payment is overdue for more than 30 days? *YES / NO

2.1 If no, this serves to certify that the bidder has no undisputed

commitments for municipal services towards any municipality

for more than three months or other service provider in respect

of which payment is overdue for more than 30 days.

* Delete if not applicable

2,2 If yes , provide particulars

Page 104:  · CONTRACT No. JRA/20/24 FOR PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY CONCRETE & …

The Tender Part 2

Returnable Schedules

CONTRACT No. JRA/20/24

PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION

MATERIAL:SUPPLEMENTARY CONCRETE & STORMWATER PRODUCTS, STEEL GRIDS AND PILLAR SUPPORT,

SUPPLEMENTARY ROAD MARKING PRODUCTS,CHEMICALS (WEEDKILLER, THINNERS ETC.), CRACKSEAL &

BURNER FUEL OIL“AS AND WHEN” REQUIRED BY THE JRA FOR A PERIOD OF THREE YEARS (36 MONTHS).

July 2020 SCHEDULE OF

RETURNABLES 100

……………………………………….……………………………………………………………………

……………………………………….……………………………………………………………………

……………………………………….……………………………………………………………………

3 Has any contract been awarded to you by an organ of state during the past five years,

including particulars of any material non-compliance or dispute concerning the execution of

such contract? YES / NO

3.1 If yes, furnish particulars

……………………………………….……………………………………………………………………

……………………………………….……………………………………………………………………

* Delete if not applicable

4. Will any portion of goods or services be sourced from outside

the Republic, and, if so, what portion and whether any portion

of payment from the municipality / municipal entity is expected to be

transferred out of the Republic? *YES / NO

4.1 If yes, furnish particulars

……………………………………….……………………………………………………………………

……………………………………….……………………………………………………………………

Page 105:  · CONTRACT No. JRA/20/24 FOR PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY CONCRETE & …

The Tender Part 2

Returnable Schedules

CONTRACT No. JRA/20/24

PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION

MATERIAL:SUPPLEMENTARY CONCRETE & STORMWATER PRODUCTS, STEEL GRIDS AND PILLAR SUPPORT,

SUPPLEMENTARY ROAD MARKING PRODUCTS,CHEMICALS (WEEDKILLER, THINNERS ETC.), CRACKSEAL &

BURNER FUEL OIL“AS AND WHEN” REQUIRED BY THE JRA FOR A PERIOD OF THREE YEARS (36 MONTHS).

July 2020 SCHEDULE OF

RETURNABLES 101

CERTIFICATION

I, THE UNDERSIGNED (NAME) …………………………………………………………………

CERTIFY THAT THE INFORMATION FURNISHED ON THIS DECLARATION FORM IS

CORRECT.

I ACCEPT THAT THE STATE MAY ACT AGAINST ME SHOULD THIS DECLARATION PROVE

TO BE FALSE.

………………………………….. …………………………..

Signature Date

………………………................. …………………………

Position Name of Bidder

Page 106:  · CONTRACT No. JRA/20/24 FOR PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY CONCRETE & …

The Tender Part 2

Returnable Schedules

CONTRACT No. JRA/20/24

PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION

MATERIAL:SUPPLEMENTARY CONCRETE & STORMWATER PRODUCTS, STEEL GRIDS AND PILLAR SUPPORT,

SUPPLEMENTARY ROAD MARKING PRODUCTS,CHEMICALS (WEEDKILLER, THINNERS ETC.), CRACKSEAL &

BURNER FUEL OIL“AS AND WHEN” REQUIRED BY THE JRA FOR A PERIOD OF THREE YEARS (36 MONTHS).

July 2020 SCHEDULE OF

RETURNABLES 102

FORM P. OMISSIONS AND VARIATIONS

(To be completed by the Bidder(s))

Bids will be held to be entirely in accordance with Johannesburg Roads Agency’s specification except

in the respects stated hereunder and the goods/services will be subject to rejection if it is found on

delivery that they do not/ it does not comply with the JRA’s specification on additional points, which

have not been approved in writing:

………………………………………………………..……………………………………………….……………

……………………………………………………..………………………………………………….……………

………………………………………………………..……………………………………………….……………

………………………………………………………..……………………………………………….……………

………………………………………………………..……………………………………………….……………

If the Bid is in accordance with the JRA’s specification in all respects, the Bidder(s) must state so here

………………………………………………………..……………………………………………….……………

…………………………………………..…………………………………………………………….……………

………………………………………………..……………………………………………………….……………

………………………………………………..……………………………………………………….……………

………………………………………………..……………………………………………………….……………

Bidder(s)’s authorized Signatory

………………………………………………………… …………………………………………………

(BLOCK LETTERS) SIGNATURE)

Full name of Bidder(s) …………………………..……………………………………………………….……………

Page 107:  · CONTRACT No. JRA/20/24 FOR PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY CONCRETE & …

The Tender Part 2

Returnable Schedules

CONTRACT No. JRA/20/24

PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION

MATERIAL:SUPPLEMENTARY CONCRETE & STORMWATER PRODUCTS, STEEL GRIDS AND PILLAR SUPPORT,

SUPPLEMENTARY ROAD MARKING PRODUCTS,CHEMICALS (WEEDKILLER, THINNERS ETC.), CRACKSEAL &

BURNER FUEL OIL“AS AND WHEN” REQUIRED BY THE JRA FOR A PERIOD OF THREE YEARS (36 MONTHS).

July 2020 SCHEDULE OF

RETURNABLES 103

FORM Q. DEFAULT CLAUSE

Should it appear to the Agent that the Supplier is not executing the contract in accordance with the true intent and meaning thereof, or that the Supplier is refusing or delaying to execute the Contract or that the Supplier is not carrying on the Work at such rate of progress as to ensure delivery by the Date of Delivery or that of default by the Supplier, then and in any of such events the Agency may give notice in writing to the Supplier to make good the failure or default and should the Supplier fail to comply with the notice within the period of 14 days specified therein, then in such case the Agency shall, without prejudice to any of its rights under the Contract, be at liberty forthwith to perform such Work as the Supplier may sustain terms of its clause and to terminate the Agreement. The Supplier will be held liable for the cost if the JRA has to appoint another Supplier if the appointed Supplier fail to carry out the agreement.

CLAUSE ON INVALID AND IRREGULAR BID APPLICATIONS AND BREACHES OF BID AGREEMENTS Provided false information in any bid application Exerted undue influence on any person involved in considering a bid Provided a financial or other reward

Where the supplier fails to comply with the required specifications of services and goods BID NUMBER ………………………………………………… ……………………………………………………………………………………………………………………. SIGNATURE OF BIDDER DATE

Page 108:  · CONTRACT No. JRA/20/24 FOR PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY CONCRETE & …

The Tender Part 2

Returnable Schedules

CONTRACT No. JRA/20/24

PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION

MATERIAL:SUPPLEMENTARY CONCRETE & STORMWATER PRODUCTS, STEEL GRIDS AND PILLAR SUPPORT,

SUPPLEMENTARY ROAD MARKING PRODUCTS,CHEMICALS (WEEDKILLER, THINNERS ETC.), CRACKSEAL &

BURNER FUEL OIL“AS AND WHEN” REQUIRED BY THE JRA FOR A PERIOD OF THREE YEARS (36 MONTHS).

July 2020 SCHEDULE OF

RETURNABLES 104

FORM R. CERTIFICATE OF TENDERER'S VISIT TO THE SITE/ ATTENDANCE OF BRIEFING SESSION

Not Applicable for this tender

SIGNATURE ………………………………………………………… DATE…………………… NAME OF BIDDER ……………………………… ……………

POSITION…………………………………………………………………………………………

Page 109:  · CONTRACT No. JRA/20/24 FOR PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY CONCRETE & …

The Tender Part 2

Returnable Schedules

CONTRACT No. JRA/20/24

PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION

MATERIAL:SUPPLEMENTARY CONCRETE & STORMWATER PRODUCTS, STEEL GRIDS AND PILLAR SUPPORT,

SUPPLEMENTARY ROAD MARKING PRODUCTS,CHEMICALS (WEEDKILLER, THINNERS ETC.), CRACKSEAL &

BURNER FUEL OIL“AS AND WHEN” REQUIRED BY THE JRA FOR A PERIOD OF THREE YEARS (36 MONTHS).

July 2020 SCHEDULE OF

RETURNABLES 105

FORM S. ELECTRONIC PAYMENT INTO BANK ACCOUNT RESTRICTED ELECTRONIC PAYMENT INTO BANK ACCOUNT

1. To enable the Johannesburg Roads Agency (Pty) Ltd to comply with JRA’s cash management decision that payment to suppliers and service providers be done electronically, the particulars of bank accounts of suppliers and service providers must be made known to the Department’s Accountant.

2. It would thus be appreciated if the particulars of bank account can be entered hereunder or on a letterhead where required. It is advised that the information will be treated as confidential.

Name of bidder

Bank

Branch Name

Account Number

Name of account holder

3. A photocopy of a cancelled cheque must be supplied with the letterhead.

4. I the undersigned certify that the above information is correct and be used for the purpose of electronic payment in accordance with the National Treasury’s decision.

5. I undertake to notify the JRA of any changes to banking details in writing. Signature _________________________ Date: _________________________ Name _________________________ Capacity: ______________________

Page 110:  · CONTRACT No. JRA/20/24 FOR PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY CONCRETE & …

The Tender Part 2

Returnable Schedules

CONTRACT No. JRA/20/24

PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION

MATERIAL:SUPPLEMENTARY CONCRETE & STORMWATER PRODUCTS, STEEL GRIDS AND PILLAR SUPPORT,

SUPPLEMENTARY ROAD MARKING PRODUCTS,CHEMICALS (WEEDKILLER, THINNERS ETC.), CRACKSEAL &

BURNER FUEL OIL“AS AND WHEN” REQUIRED BY THE JRA FOR A PERIOD OF THREE YEARS (36 MONTHS).

July 2020 SCHEDULE OF

RETURNABLES 106

SCHEDULE OF COMPLIANCE

(To be completed by the Bidder) FORMS TO BE COMPLETED BY BIDDER (RETURNABLE DOCUMENTS) COMPLIANCE TO RETURNABLE DOCUMENTS REQUIRED FOR BID EVALUATION PROCESS Note: Failure to fully complete and submit the applicable documents may result in the bid offer being disqualified from further consideration. This section details the level of agreement and/or compliance of the bidder with each Clause of the Bid conditions and specifications. The following forms/documents must be read, completed and submitted by the bidder in order for the bid to be considered responsive initiating the assessment of the bidders’ proposal and if any one of the following forms is not be included, the bid may be declared incomplete / unresponsive and disqualified. The list of forms to be filled in this section is tabulated in a simple format to assist bidders with ensuring compliance to the bid requirements and is to be filled out by the bidder by simply making a tick in the relevant column of the table. This summarized table format of compliance is found later within this document at the end of all individual required forms/documents. Additional pages can be attached to the Bid document to add further comments under each specific returnable form/document. The Bidder shall ensure that he has read and fully understands the Special Conditions and required Forms to be Filled and indicate his level of agreement or compliance with the various Clauses of the Special Conditions of Bid, the specifications as per the pricing schedule and required Forms to be Filled in the table below by making a tick the relevant column. If only agreeing to comply partially, he shall provide details in the adjacent column.

SPECIAL and / or TECHNICAL CONDITIONS:

Agree to comply with Clause? Confirmation of Document included (Bidders may use this column to confirm documents have been completed and included in the bid)

Yes No If No/partially compliant, provide details below

1. Invitation to bid signed (MBD 1)

2. Tax Compliance requirements (MBD 2)

3. Pricing schedules completed (MBD3.2)

4. Declaration of Interest signed and submitted (MBD4)

5. B-BBEE status Level Contributor Certificate (Original or certified copy) or in case of an Exempted Micro Enterprise or a Qualifying Small Enterprise, an ORIGINAL Sworn Affidavit (general) on the

Page 111:  · CONTRACT No. JRA/20/24 FOR PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY CONCRETE & …

The Tender Part 2

Returnable Schedules

CONTRACT No. JRA/20/24

PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION

MATERIAL:SUPPLEMENTARY CONCRETE & STORMWATER PRODUCTS, STEEL GRIDS AND PILLAR SUPPORT,

SUPPLEMENTARY ROAD MARKING PRODUCTS,CHEMICALS (WEEDKILLER, THINNERS ETC.), CRACKSEAL &

BURNER FUEL OIL“AS AND WHEN” REQUIRED BY THE JRA FOR A PERIOD OF THREE YEARS (36 MONTHS).

July 2020 SCHEDULE OF

RETURNABLES 107

SPECIAL and / or TECHNICAL CONDITIONS:

Agree to comply with Clause? Confirmation of Document included (Bidders may use this column to confirm documents have been completed and included in the bid)

Yes No If No/partially compliant, provide details below

relevant form obtained from the DTI website(MBD 6.1)

6. Declaration certificate for local production and content for designated sectors ( MBD 6.2)

7. Contract form completed

8. Declaration of Bidders Past Supply Chain Management Practices completed and submitted (MBD8)

9. Certificate of Independent Bid Determination completed, signed and submitted (MBD9)

10. Compliance to Special Conditions of Contract / Specifications / Terms of Reference

11. Compliance to returnable documents required

12. Details of bidder completed

13. Banking details provided

14. Municipal charges - Rates and Taxes to be submitted for the Entity as well as for the Directors of the Entity. If Accounts are outstanding for longer than 3 months the bidder will be disqualified

15. Record of services to organs of state completed

16. Declaration of bidders litigation history completed

17. Declaration for Procurement above R10m

18. Omissions and Variations

19. Default clause completed

20. References and List of completed Contracts Completed

21. Certificate of Authority of Signatory completed

22. Record of Addenda completed

23. Proof of Attendance of Briefing Session submitted

Not Applicable

24. Proof of purchase of tender document submitted

Not Applicable

Page 112:  · CONTRACT No. JRA/20/24 FOR PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY CONCRETE & …

The Tender Part 2

Returnable Schedules

CONTRACT No. JRA/20/24

PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION

MATERIAL:SUPPLEMENTARY CONCRETE & STORMWATER PRODUCTS, STEEL GRIDS AND PILLAR SUPPORT,

SUPPLEMENTARY ROAD MARKING PRODUCTS,CHEMICALS (WEEDKILLER, THINNERS ETC.), CRACKSEAL &

BURNER FUEL OIL“AS AND WHEN” REQUIRED BY THE JRA FOR A PERIOD OF THREE YEARS (36 MONTHS).

July 2020 SCHEDULE OF

RETURNABLES 108

SPECIAL and / or TECHNICAL CONDITIONS:

Agree to comply with Clause? Confirmation of Document included (Bidders may use this column to confirm documents have been completed and included in the bid)

Yes No If No/partially compliant, provide details below

25. Copy of tender document burnt on CD / Hard Copy submitted

26. All forms fully completed and signed

27. Latest three year audited financial statements for Companies as required by law (if applicable to the bid). In the case of a close Corporation or those not required by law to have audited statements, the three year financial statements must be signed by the Managing Member of the Company/CC

Page 113:  · CONTRACT No. JRA/20/24 FOR PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY CONCRETE & …

The Tender Part 2

Returnable Schedules

CONTRACT No. JRA/20/24

PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION

MATERIAL:SUPPLEMENTARY CONCRETE & STORMWATER PRODUCTS, STEEL GRIDS AND PILLAR SUPPORT,

SUPPLEMENTARY ROAD MARKING PRODUCTS,CHEMICALS (WEEDKILLER, THINNERS ETC.), CRACKSEAL &

BURNER FUEL OIL“AS AND WHEN” REQUIRED BY THE JRA FOR A PERIOD OF THREE YEARS (36 MONTHS).

July 2020 SCHEDULE OF

RETURNABLES 109

FORM T. COMPANY EXPERIENCE

To assess the Bidder’s suitability to undertake the project, the Bidder’s Company Experience, and References will be evaluated. In order to participate in this tender, Service Provider must meet the minimum eligibility requirements set in this document, and provide evidence to prove that they have requisite company experience and references:

FORM OF COMPANY EXPERIENCE

Project no. (e.g. 1;2;3...8) Project No. I Projects No. 2

Project Description: (as per client)

Project Value: (e.g. R0.5m)

Start Date: (dd/mm/yyyy)

Completion Date: (dd/mm/yyyy)

Duration

Client Name: (e.g. JRA)

Client Contact Person: (e.g. D. Dakolo 011 000.0000)

Duly Authorised 'Personnel signature confirming that: Form is completed in full and all required proof have been attached at the back of this Page (Not attached separately) Failure to complete this form will result in zero points allocated.

Page 114:  · CONTRACT No. JRA/20/24 FOR PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY CONCRETE & …

The Tender Part 2

Returnable Schedules

CONTRACT No. JRA/20/24

PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION

MATERIAL:SUPPLEMENTARY CONCRETE & STORMWATER PRODUCTS, STEEL GRIDS AND PILLAR SUPPORT,

SUPPLEMENTARY ROAD MARKING PRODUCTS,CHEMICALS (WEEDKILLER, THINNERS ETC.), CRACKSEAL &

BURNER FUEL OIL“AS AND WHEN” REQUIRED BY THE JRA FOR A PERIOD OF THREE YEARS (36 MONTHS).

July 2020 SCHEDULE OF

RETURNABLES 110

FORM OF COMPANY EXPERIENCE

Project no. (e.g. 1;2;3...8) Project No. 3 Projects No. 4

Project Description: (as per client)

Project Value: (e.g. R0.5m)

Start Date: (dd/mm/yyyy)

Completion Date: (dd/mm/yyyy)

Duration

Client Name: (e.g. JRA)

Client Contact Person: (e.g. D. Dakolo 011 000.0000)

Duly Authorised 'Personnel signature confirming that: Form is completed in full and all required proof have been attached at the back of this Page (Not attached separately) Failure to complete this form will result in zero points allocated.

Page 115:  · CONTRACT No. JRA/20/24 FOR PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY CONCRETE & …

The Tender Part 2

Returnable Schedules

CONTRACT No. JRA/20/24

PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION

MATERIAL:SUPPLEMENTARY CONCRETE & STORMWATER PRODUCTS, STEEL GRIDS AND PILLAR SUPPORT,

SUPPLEMENTARY ROAD MARKING PRODUCTS,CHEMICALS (WEEDKILLER, THINNERS ETC.), CRACKSEAL &

BURNER FUEL OIL“AS AND WHEN” REQUIRED BY THE JRA FOR A PERIOD OF THREE YEARS (36 MONTHS).

July 2020 SCHEDULE OF

RETURNABLES 111

FORM OF COMPANY EXPERIENCE

Project no. (e.g. 1;2;3...8) Project No. 5 Projects No. 6

Project Description: (as per client)

Project Value: (e.g. R0.5m)

Start Date: (dd/mm/yyyy)

Completion Date: (dd/mm/yyyy)

Duration

Client Name: (e.g. JRA)

Client Contact Person: (e.g. D. Dakolo 011 000.0000)

Duly Authorised 'Personnel signature confirming that: Form is completed in full and all required proof have been attached at the back of this Page (Not attached separately) Failure to complete this form will result in zero points allocated.

Page 116:  · CONTRACT No. JRA/20/24 FOR PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY CONCRETE & …

The Tender Part 2

Returnable Schedules

CONTRACT No. JRA/20/24

PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION

MATERIAL:SUPPLEMENTARY CONCRETE & STORMWATER PRODUCTS, STEEL GRIDS AND PILLAR SUPPORT,

SUPPLEMENTARY ROAD MARKING PRODUCTS,CHEMICALS (WEEDKILLER, THINNERS ETC.), CRACKSEAL &

BURNER FUEL OIL“AS AND WHEN” REQUIRED BY THE JRA FOR A PERIOD OF THREE YEARS (36 MONTHS).

July 2020 SCHEDULE OF

RETURNABLES 112

FORM OF COMPANY EXPERIENCE

Project no. (e.g. 1;2;3...8) Project No. 5 Projects No. 6

Project Description: (as per client)

Project Value: (e.g. R0.5m)

Start Date: (dd/mm/yyyy)

Completion Date: (dd/mm/yyyy)

Duration

Client Name: (e.g. JRA)

Client Contact Person: (e.g. D. Dakolo 011 000.0000)

Duly Authorised 'Personnel signature confirming that: Form is completed in full and all required proof have been attached at the back of this Page (Not attached separately) Failure to complete this form will result in zero points allocated.

Page 117:  · CONTRACT No. JRA/20/24 FOR PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY CONCRETE & …

The Tender Part 2

Returnable Schedules

CONTRACT No. JRA/20/24

PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION

MATERIAL:SUPPLEMENTARY CONCRETE & STORMWATER PRODUCTS, STEEL GRIDS AND PILLAR SUPPORT,

SUPPLEMENTARY ROAD MARKING PRODUCTS,CHEMICALS (WEEDKILLER, THINNERS ETC.), CRACKSEAL &

BURNER FUEL OIL“AS AND WHEN” REQUIRED BY THE JRA FOR A PERIOD OF THREE YEARS (36 MONTHS).

July 2020 SCHEDULE OF

RETURNABLES 113

JRA 19

FORM U. FIRMS’ ELIGIBILITY REQUIREMENTS/BIDDERS CAPACITY TO DO ASSIGNMENT

Service Provider must provide evidence to prove that they have requisite company experience and

references meet the minimum requirements set out, in order to be eligible to participate in this Tender.

FORM “U (1)”: COMPANY REFERENCES

FORM OF COMPANY REFERENCES

Project no. (e.g. 1;2;3...8) Project No. I Projects No. 2

Project Description: (as per client)

Project Value: (e.g. R0.5m)

Start Date: (dd/mm/yyyy)

Completion Date: (dd/mm/yyyy)

Duration

Client Name: (e.g. JRA)

Client Contact Person: (e.g. D. Dakolo 011 000.0000)

Duly Authorised 'Personnel signature confirming that: Form is completed in full and all required proof have been attached at the back of this Page (Not attached separately) Failure to complete this form will result in zero points allocated.

Page 118:  · CONTRACT No. JRA/20/24 FOR PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY CONCRETE & …

The Tender Part 2

Returnable Schedules

CONTRACT No. JRA/20/24

PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION

MATERIAL:SUPPLEMENTARY CONCRETE & STORMWATER PRODUCTS, STEEL GRIDS AND PILLAR SUPPORT,

SUPPLEMENTARY ROAD MARKING PRODUCTS,CHEMICALS (WEEDKILLER, THINNERS ETC.), CRACKSEAL &

BURNER FUEL OIL“AS AND WHEN” REQUIRED BY THE JRA FOR A PERIOD OF THREE YEARS (36 MONTHS).

July 2020 SCHEDULE OF

RETURNABLES 114

FORM OF COMPANY REFERENCES

Project no. (e.g. 1;2;3...8) Project No. I Projects No. 2

Project Description: (as per client)

Project Value: (e.g. R0.5m)

Start Date: (dd/mm/yyyy)

Completion Date: (dd/mm/yyyy)

Duration

Client Name: (e.g. JRA)

Client Contact Person: (e.g. D. Dakolo 011 000.0000)

Duly Authorised 'Personnel signature confirming that: Form is completed in full and all required proof have been attached at the back of this Page (Not attached Separately) Failure to complete this form will result in zero points allocated.

Page 119:  · CONTRACT No. JRA/20/24 FOR PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY CONCRETE & …

The Tender Part 2

Returnable Schedules

CONTRACT No. JRA/20/24

PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION

MATERIAL:SUPPLEMENTARY CONCRETE & STORMWATER PRODUCTS, STEEL GRIDS AND PILLAR SUPPORT,

SUPPLEMENTARY ROAD MARKING PRODUCTS,CHEMICALS (WEEDKILLER, THINNERS ETC.), CRACKSEAL &

BURNER FUEL OIL“AS AND WHEN” REQUIRED BY THE JRA FOR A PERIOD OF THREE YEARS (36 MONTHS).

July 2020 SCHEDULE OF

RETURNABLES 115

FORM OF COMPANY REFERENCES

Project no. (e.g. 1;2;3...8) Project No. 3 Projects No. 4

Project Description: (as per client)

Project Value: (e.g. R0.5m)

Start Date: (dd/mm/yyyy)

Completion Date: (dd/mm/yyyy)

Duration

Client Name: (e.g. JRA)

Client Contact Person: (e.g. D. Dakolo 011 000.0000)

Duly Authorised 'Personnel signature confirming that: Form is completed in full and all required proof have been attached at the back of this Page (Not attached Separately) Failure to complete this form will result in zero points allocated.

Page 120:  · CONTRACT No. JRA/20/24 FOR PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY CONCRETE & …

The Tender Part 2

Returnable Schedules

CONTRACT No. JRA/20/24

PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION

MATERIAL:SUPPLEMENTARY CONCRETE & STORMWATER PRODUCTS, STEEL GRIDS AND PILLAR SUPPORT,

SUPPLEMENTARY ROAD MARKING PRODUCTS,CHEMICALS (WEEDKILLER, THINNERS ETC.), CRACKSEAL &

BURNER FUEL OIL“AS AND WHEN” REQUIRED BY THE JRA FOR A PERIOD OF THREE YEARS (36 MONTHS).

July 2020 SCHEDULE OF

RETURNABLES 116

FORM OF COMPANY REFERENCES

Project no. (e.g. 1;2;3...8) Project No. 5 Projects No. 5

Project Description: (as per client)

Project Value: (e.g. R0.5m)

Start Date: (dd/mm/yyyy)

Completion Date: (dd/mm/yyyy)

Duration

Client Name: (e.g. JRA)

Client Contact Person: (e.g. D. Dakolo 011 000.0000)

Duly Authorised 'Personnel signature confirming that: Form is completed in full and all required proof have been attached at the back of this Page (Not attached separately) Failure to complete this form will result in zero points allocated.

Page 121:  · CONTRACT No. JRA/20/24 FOR PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY CONCRETE & …

The Tender Part 2

Returnable Schedules

CONTRACT No. JRA/20/24

PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION

MATERIAL:SUPPLEMENTARY CONCRETE & STORMWATER PRODUCTS, STEEL GRIDS AND PILLAR SUPPORT,

SUPPLEMENTARY ROAD MARKING PRODUCTS,CHEMICALS (WEEDKILLER, THINNERS ETC.), CRACKSEAL &

BURNER FUEL OIL“AS AND WHEN” REQUIRED BY THE JRA FOR A PERIOD OF THREE YEARS (36 MONTHS).

July 2020 SCHEDULE OF

RETURNABLES 117

FORM OF COMPANY REFERENCES

Project no. (e.g. 1;2;3...8) Project No. 7 Projects No. 8

Project Description: (as per client)

Project Value: (e.g. R0.5m)

Start Date: (dd/mm/yyyy)

Completion Date: (dd/mm/yyyy)

Duration

Client Name: (e.g. JRA)

Client Contact Person: (e.g. D. Dakolo 011 000.0000)

Duly Authorised 'Personnel signature confirming that: Form is completed in full and all required proof have been attached at the back of this Page (Not attached Separately) Failure to complete this form will result in zero points allocated.

Page 122:  · CONTRACT No. JRA/20/24 FOR PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY CONCRETE & …

The Tender Part 2

Returnable Schedules

CONTRACT No. JRA/20/24

PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION

MATERIAL:SUPPLEMENTARY CONCRETE & STORMWATER PRODUCTS, STEEL GRIDS AND PILLAR SUPPORT,

SUPPLEMENTARY ROAD MARKING PRODUCTS,CHEMICALS (WEEDKILLER, THINNERS ETC.), CRACKSEAL &

BURNER FUEL OIL“AS AND WHEN” REQUIRED BY THE JRA FOR A PERIOD OF THREE YEARS (36 MONTHS).

July 2020 SCHEDULE OF

RETURNABLES 118

a. JOINT VENTURE AGREEMENT

The Bidder hereby certifies that the JOINT VENTURE AGREEMENT as required by the Bid, have

been submitted and are attached after this page

Signature ____________________________

_

Date _______________________________

Name

____________________________

_

Capacity

_______________________________

Bidder

______________________________________________________________________

__

Page 123:  · CONTRACT No. JRA/20/24 FOR PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY CONCRETE & …

The Tender Part 2

Returnable Schedules

CONTRACT No. JRA/20/24

PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION

MATERIAL:SUPPLEMENTARY CONCRETE & STORMWATER PRODUCTS, STEEL GRIDS AND PILLAR SUPPORT,

SUPPLEMENTARY ROAD MARKING PRODUCTS,CHEMICALS (WEEDKILLER, THINNERS ETC.), CRACKSEAL &

BURNER FUEL OIL“AS AND WHEN” REQUIRED BY THE JRA FOR A PERIOD OF THREE YEARS (36 MONTHS).

July 2020 SCHEDULE OF

RETURNABLES 119

FORM V COMPLIANCE WITH STANDARDS (SANS/COLTO/OTHERS)

(To be completed by bidder)

Bidders must complete the following table by inserting the code of standards where applicable, for specific items

to be supplied to the JRA (in addition to those stated in the SCC), to show compliance with these when supplying

them.

ITEM (as per pricing schedule)

ITEM NO (as per pricing schedule)

ITEM DESCRIPTION 1 (as per pricing schedule) SANS / COLTO / OTHER CODE OF STANDARD

VERIFIED BY JRA (Y/N)

Page 124:  · CONTRACT No. JRA/20/24 FOR PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY CONCRETE & …

The Tender Part 2

Returnable Schedules

CONTRACT No. JRA/20/24

PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION

MATERIAL:SUPPLEMENTARY CONCRETE & STORMWATER PRODUCTS, STEEL GRIDS AND PILLAR SUPPORT,

SUPPLEMENTARY ROAD MARKING PRODUCTS,CHEMICALS (WEEDKILLER, THINNERS ETC.), CRACKSEAL &

BURNER FUEL OIL“AS AND WHEN” REQUIRED BY THE JRA FOR A PERIOD OF THREE YEARS (36 MONTHS).

July 2020 SCHEDULE OF

RETURNABLES 120

SIGNATURE …………………………………………… DATE ………………………………………………………

NAME OF BIDDER ……………………………………… CAPACITY ………………………………………………

SIGNATURE ……………………………………………… DATE ………………………………………………………

NAME OF JRA OFFICIAL ………………………….……CAPACITY ………………………………………………

Page 125:  · CONTRACT No. JRA/20/24 FOR PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY CONCRETE & …

The Tender Part 2

Returnable Schedules

CONTRACT No. JRA/20/24

PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION

MATERIAL:SUPPLEMENTARY CONCRETE & STORMWATER PRODUCTS, STEEL GRIDS AND PILLAR SUPPORT,

SUPPLEMENTARY ROAD MARKING PRODUCTS,CHEMICALS (WEEDKILLER, THINNERS ETC.), CRACKSEAL &

BURNER FUEL OIL“AS AND WHEN” REQUIRED BY THE JRA FOR A PERIOD OF THREE YEARS (36 MONTHS).

July 2020 SCHEDULE OF

RETURNABLES 121

FORM V2 CERTIFICATES OF COMPLIANCE (SANS/COLTO/OTHERS)

Bidders are to attach certificates of compliance to the SANS / COLTO /OTHER codes for supplied as per the SCC

and the table FORM V1.

Page 126:  · CONTRACT No. JRA/20/24 FOR PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY CONCRETE & …

The Tender Part 2

Returnable Schedules

CONTRACT No. JRA/20/24

PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION

MATERIAL:SUPPLEMENTARY CONCRETE & STORMWATER PRODUCTS, STEEL GRIDS AND PILLAR SUPPORT,

SUPPLEMENTARY ROAD MARKING PRODUCTS,CHEMICALS (WEEDKILLER, THINNERS ETC.), CRACKSEAL &

BURNER FUEL OIL“AS AND WHEN” REQUIRED BY THE JRA FOR A PERIOD OF THREE YEARS (36 MONTHS).

July 2020 SCHEDULE OF

RETURNABLES 122

FORM W ADDITIONAL REQUIREMENTS FOR THE BID

LATEST THREE YEARS AUDITED FINANCIAL STATEMENTS/ MEMBERS

ACCOUNTS

The Years submitted are

YEAR 1 YEAR 2 YEAR 3

20………….. 20……………….. 20……………….

The Bidder hereby certifies that the AUDITED FINANCIAL STATEMENTS FOR THE LAST THREE

YEARS as required by the Bid, have been submitted and are attached after this page

OR

LATEST THREE YEARS UNAUDITED FINANCIAL STATEMENTS (In case of Close Corporation

Financials must be signed by the Managing Member of the CC)

Signature ____________________________ Date _______________________________

Name

____________________________

_

Capacity

_______________________________

Bidder

______________________________________________________________________

__

Page 127:  · CONTRACT No. JRA/20/24 FOR PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY CONCRETE & …

The Contract (Volume 3)

Contract Agreement

CONTRACT No. JRA/20/24

PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY

CONCRETE & STORMWATER PRODUCTS, STEEL GRIDS AND PILLAR SUPPORT, SUPPLEMENTARY ROAD MARKING

PRODUCTS,CHEMICALS (WEEDKILLER, THINNERS ETC.), CRACKSEAL & BURNER FUEL OIL“AS AND WHEN”

REQUIRED BY THE JRA FOR A PERIOD OF THREE YEARS (36 MONTHS).

_

July 2020 Contract Agreement

123

JOHANNESBURG ROADS AGENCY (SOC) LTD

CONTRACT No. JRA/20/24

FOR

PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD

CONSTRUCTION MATERIAL:SUPPLEMENTARY CONCRETE & STORMWATER

PRODUCTS, STEEL GRIDS AND PILLAR SUPPORT, SUPPLEMENTARY ROAD MARKING

PRODUCTS,CHEMICALS (WEEDKILLER, THINNERS ETC.), CRACKSEAL & BURNER

FUEL OIL“AS AND WHEN” REQUIRED BY THE JRA FOR A PERIOD OF THREE YEARS

(36 MONTHS).

THE CONTRACT (VOLUME 3)

AGREEMENT AND CONTRACT DATA

Page 128:  · CONTRACT No. JRA/20/24 FOR PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY CONCRETE & …

The Contract (Volume 3)

Contract Agreement

CONTRACT No. JRA/20/24

PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY

CONCRETE & STORMWATER PRODUCTS, STEEL GRIDS AND PILLAR SUPPORT, SUPPLEMENTARY ROAD MARKING

PRODUCTS,CHEMICALS (WEEDKILLER, THINNERS ETC.), CRACKSEAL & BURNER FUEL OIL“AS AND WHEN”

REQUIRED BY THE JRA FOR A PERIOD OF THREE YEARS (36 MONTHS).

_

July 2020 Contract Agreement

124

JOHANNESBURG ROADS AGENCY (SOC) LTD

CONTRACT NO. JRA/20/24

FOR

PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION

MATERIAL:SUPPLEMENTARY CONCRETE & STORMWATER PRODUCTS, STEEL GRIDS

AND PILLAR SUPPORT, SUPPLEMENTARY ROAD MARKING PRODUCTS,CHEMICALS

(WEEDKILLER, THINNERS ETC.), CRACKSEAL & BURNER FUEL OIL“AS AND WHEN”

REQUIRED BY THE JRA FOR A PERIOD OF THREE YEARS (36 MONTHS).

.

PART 1 AGREEMENT AND CONTRACT DATA

Page 129:  · CONTRACT No. JRA/20/24 FOR PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY CONCRETE & …

The Contract (Volume 3)

Contract Agreement

CONTRACT No. JRA/20/24

PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY

CONCRETE & STORMWATER PRODUCTS, STEEL GRIDS AND PILLAR SUPPORT, SUPPLEMENTARY ROAD MARKING

PRODUCTS,CHEMICALS (WEEDKILLER, THINNERS ETC.), CRACKSEAL & BURNER FUEL OIL“AS AND WHEN”

REQUIRED BY THE JRA FOR A PERIOD OF THREE YEARS (36 MONTHS).

_

July 2020 Contract Agreement

125

TABLE OF CONTENTS

PART 1 AGREEMENT AND CONTRACT DATA

PART C1.1 CONTRACT AGREEMENT

MBD 7.1 CONTRACT FORM - PURCHASE OF GOODS/WORKS MBD 7.1

PART C1.2 CONTRACT DATA (CONDITIONS OF CONTRACT)

C1.2.1 GENERAL CONDITIONS OF CONTRACT

C1.2.2 CONDITIONS FOR THE BIDDER

PART C1.2.1 GENERAL CONDITIONS OF CONTRACT

C1.2.2 CONDITIONS FOR THE BIDDER

C1.3 CONDITIONS PERTAINING TO AFFIRMATIVE PROCUREMENT

C1.3 CONDITIONS PERTAINING TO AFFIRMATIVE PROCUREMENT

C1.4 Special conditions of Contract

Page 130:  · CONTRACT No. JRA/20/24 FOR PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY CONCRETE & …

The Contract (Volume 3)

Contract Agreement

CONTRACT No. JRA/20/24

PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY

CONCRETE & STORMWATER PRODUCTS, STEEL GRIDS AND PILLAR SUPPORT, SUPPLEMENTARY ROAD MARKING

PRODUCTS,CHEMICALS (WEEDKILLER, THINNERS ETC.), CRACKSEAL & BURNER FUEL OIL“AS AND WHEN”

REQUIRED BY THE JRA FOR A PERIOD OF THREE YEARS (36 MONTHS).

_

July 2020 Contract Agreement

126

JOHANNESBURG ROADS AGENCY (PTY) LTD

CONTRACT NO. JRA/20/24

FOR

PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY CONCRETE & STORMWATER PRODUCTS, STEEL GRIDS AND PILLAR SUPPORT, SUPPLEMENTARY ROAD MARKING PRODUCTS,CHEMICALS (WEEDKILLER, THINNERS ETC.), CRACKSEAL & BURNER FUEL OIL“AS AND WHEN” REQUIRED BY THE JRA FOR A PERIOD OF THREE YEARS (36 MONTHS).

PART C1.1 CONTRACT AGREEMENT

Page 131:  · CONTRACT No. JRA/20/24 FOR PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY CONCRETE & …

The Contract (Volume 3)

Contract Agreement

CONTRACT No. JRA/20/24

PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY

CONCRETE & STORMWATER PRODUCTS, STEEL GRIDS AND PILLAR SUPPORT, SUPPLEMENTARY ROAD MARKING

PRODUCTS,CHEMICALS (WEEDKILLER, THINNERS ETC.), CRACKSEAL & BURNER FUEL OIL“AS AND WHEN”

REQUIRED BY THE JRA FOR A PERIOD OF THREE YEARS (36 MONTHS).

_

July 2020 Contract Agreement

127

MBD 7.1 CONTRACT FORM - PURCHASE OF GOODS/WORKS MBD 7.1 CONTRACT No. JRA/20/24 FOR PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY CONCRETE & STORMWATER PRODUCTS, STEEL GRIDS AND PILLAR SUPPORT, SUPPLEMENTARY ROAD MARKING PRODUCTS,CHEMICALS (WEEDKILLER, THINNERS ETC.), CRACKSEAL & BURNER FUEL OIL“AS AND WHEN” REQUIRED BY THE JRA FOR A PERIOD OF THREE YEARS (36 MONTHS). THIS FORM MUST BE FILLED IN DUPLICATE BY BOTH THE SUCCESSFUL BIDDER (PART 1) AND THE PURCHASER (PART 2). BOTH FORMS MUST BE SIGNED IN THE ORIGINAL SO THAT THE SUCCESSFUL BIDDER AND THE PURCHASER WOULD BE IN POSSESSION OF ORIGINALLY SIGNED CONTRACTS FOR THEIR RESPECTIVE RECORDS. PART 1 (TO BE FILLED IN BY THE BIDDER) 1. I hereby undertake to supply all or any of the goods and/or works described in the attached

bidding documents to (name of institution) ………..………………………………………………………………………………………… ………………. in accordance with the requirements and specifications stipulated in bid number………..……….. at the price/s quoted. My offer/s remains binding upon me and open for acceptance by the purchaser during the validity period indicated and calculated from the closing time of bid. 2. The following documents shall be deemed to form and be read and construed as part of

this agreement: (i) Bidding documents, viz

- Invitation to bid; - Tax compliance requirements (PIN); - Pricing schedule(s) and Technical specification (s); - Preference claims for Broad Based Black Economic Empowerment Status

Level of Contribution in terms of the Preferential Procurement Regulations 2017;

- Declaration of interest;

Page 132:  · CONTRACT No. JRA/20/24 FOR PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY CONCRETE & …

The Contract (Volume 3)

Contract Agreement

CONTRACT No. JRA/20/24

PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY

CONCRETE & STORMWATER PRODUCTS, STEEL GRIDS AND PILLAR SUPPORT, SUPPLEMENTARY ROAD MARKING

PRODUCTS,CHEMICALS (WEEDKILLER, THINNERS ETC.), CRACKSEAL & BURNER FUEL OIL“AS AND WHEN”

REQUIRED BY THE JRA FOR A PERIOD OF THREE YEARS (36 MONTHS).

_

July 2020 Contract Agreement

128

- Declaration of bidder’s past SCM practices; - Certificate of Independent Bid Determination; - Special Conditions of Contract;

(ii) General Conditions of Contract; and (iii) All other required documents (Forms to be filled) as specified by the JRA in the

Bid document 3. I confirm that I have satisfied myself as to the correctness and validity of my bid; that the

price(s) and rate(s) quoted cover all the goods and/or works specified in the bidding documents; that the price(s) and rate(s) cover all my obligations and I accept that any mistakes regarding price(s) and rate(s) and calculations will be at my own risk.

4. I accept full responsibility for the proper execution and fulfillment of all obligations and

conditions devolving on me under this agreement as the principal liable for the due fulfillment of this contract.

5. I declare that I have no participation in any collusive practices with any bidder or any other

person regarding this or any other bid. 6. I confirm that I am duly authorised to sign this contract. NAME (PRINT)………………………………………CAPACITY ………………………… DATE………………………………… SIGNATURE……………………… NAME OF FIRM……………………………………

WITNESSES

………………………………………………………………………………………………………….

…………………………………………………………………………………………………………..

Page 133:  · CONTRACT No. JRA/20/24 FOR PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY CONCRETE & …

The Contract (Volume 3)

Contract Agreement

CONTRACT No. JRA/20/24

PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY

CONCRETE & STORMWATER PRODUCTS, STEEL GRIDS AND PILLAR SUPPORT, SUPPLEMENTARY ROAD MARKING

PRODUCTS,CHEMICALS (WEEDKILLER, THINNERS ETC.), CRACKSEAL & BURNER FUEL OIL“AS AND WHEN”

REQUIRED BY THE JRA FOR A PERIOD OF THREE YEARS (36 MONTHS).

_

July 2020 Contract Agreement

129

PART 2 (TO BE FILLED IN BY THE PURCHASER) I……………………………………………………………… in my capacity as …………………………………………………………………………….

accept your bid under reference number ……………………..dated………………………for the

supply of goods/works indicated hereunder and/or further specified in the annexure(s).

1. An official order indicating delivery instructions is forthcoming.

2. I undertake to make payment for the goods/works delivered in accordance with the terms and conditions of the contract, within 30 (thirty) days after receipt of an original and valid invoice by the expenditure department accompanied by the proof of delivery for the specific items as listed on the Pricing Schedule.

I confirm that I am duly authorized to sign this contract

SIGNED AT ……………………………………ON………………………………… NAME (PRINT)………………………………………………………………………………. SIGNATURE……………………………………………………………………………………

ITEM NO

ITEM DESCRIPTION

PRICE (VAT EXCL) BRAND DELIVERY PERIOD

B-BBEE LEVEL

OFFICIAL STAMP

Page 134:  · CONTRACT No. JRA/20/24 FOR PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY CONCRETE & …

The Contract (Volume 3)

Contract Agreement

CONTRACT No. JRA/20/24

PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY

CONCRETE & STORMWATER PRODUCTS, STEEL GRIDS AND PILLAR SUPPORT, SUPPLEMENTARY ROAD MARKING

PRODUCTS,CHEMICALS (WEEDKILLER, THINNERS ETC.), CRACKSEAL & BURNER FUEL OIL“AS AND WHEN”

REQUIRED BY THE JRA FOR A PERIOD OF THREE YEARS (36 MONTHS).

_

July 2020 Contract Agreement

130

Page 135:  · CONTRACT No. JRA/20/24 FOR PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY CONCRETE & …

The Contract (Volume 3)

Contract Agreement

CONTRACT No. JRA/20/24

PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY

CONCRETE & STORMWATER PRODUCTS, STEEL GRIDS AND PILLAR SUPPORT, SUPPLEMENTARY ROAD MARKING

PRODUCTS,CHEMICALS (WEEDKILLER, THINNERS ETC.), CRACKSEAL & BURNER FUEL OIL“AS AND WHEN”

REQUIRED BY THE JRA FOR A PERIOD OF THREE YEARS (36 MONTHS).

_

July 2020 Contract Data

131

JOHANNESBURG ROADS AGENCY (PTY) LTD

CONTRACT NO. JRA/20/24

FOR

PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION

MATERIAL:SUPPLEMENTARY CONCRETE & STORMWATER PRODUCTS, STEEL GRIDS

AND PILLAR SUPPORT, SUPPLEMENTARY ROAD MARKING PRODUCTS,CHEMICALS

(WEEDKILLER, THINNERS ETC.), CRACKSEAL & BURNER FUEL OIL“AS AND WHEN”

REQUIRED BY THE JRA FOR A PERIOD OF THREE YEARS (36 MONTHS).

PART C1.2 CONTRACT DATA (CONDITIONS OF CONTRACT)

C1.2.1 GENERAL CONDITIONS OF CONTRACT C1.2.2 CONDITIONS FOR THE BIDDER

Page 136:  · CONTRACT No. JRA/20/24 FOR PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY CONCRETE & …

The Contract (Volume 3)

Contract Agreement

CONTRACT No. JRA/20/24

PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY

CONCRETE & STORMWATER PRODUCTS, STEEL GRIDS AND PILLAR SUPPORT, SUPPLEMENTARY ROAD MARKING

PRODUCTS,CHEMICALS (WEEDKILLER, THINNERS ETC.), CRACKSEAL & BURNER FUEL OIL“AS AND WHEN”

REQUIRED BY THE JRA FOR A PERIOD OF THREE YEARS (36 MONTHS).

_

July 2020 Contract Data

132

JOHANNESBURG ROADS AGENCY (PTY) LTD

CONTRACT NO. JRA/20/24

FOR

PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION

MATERIAL:SUPPLEMENTARY CONCRETE & STORMWATER PRODUCTS, STEEL GRIDS

AND PILLAR SUPPORT, SUPPLEMENTARY ROAD MARKING PRODUCTS,CHEMICALS

(WEEDKILLER, THINNERS ETC.), CRACKSEAL & BURNER FUEL OIL“AS AND WHEN”

REQUIRED BY THE JRA FOR A PERIOD OF THREE YEARS (36 MONTHS).

PART C1.2.1 GENERAL CONDITIONS OF CONTRACT NOTES The purpose of this document is to: Draw special attention to certain general conditions applicable to government bids, contracts and orders and; To ensure that clients be familiar with regard to the rights and obligations of all parties involved in doing business with government. In this document words in the singular also mean in the plural and vice versa and words in the masculine also mean in the feminine and neuter The GCC will form part of all bid documents and may not be amended. Special Conditions of Contract (SCC) relevant to a specific bid should be compiled separately for every bid (if applicable) and will supplement the GCC. Whenever there is a conflict, the provisions in the SCC shall prevail.

Page 137:  · CONTRACT No. JRA/20/24 FOR PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY CONCRETE & …

The Contract (Volume 3)

Contract Agreement

CONTRACT No. JRA/20/24

PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY

CONCRETE & STORMWATER PRODUCTS, STEEL GRIDS AND PILLAR SUPPORT, SUPPLEMENTARY ROAD MARKING

PRODUCTS,CHEMICALS (WEEDKILLER, THINNERS ETC.), CRACKSEAL & BURNER FUEL OIL“AS AND WHEN”

REQUIRED BY THE JRA FOR A PERIOD OF THREE YEARS (36 MONTHS).

_

July 2020 Contract Data

133

1. Definition The following terms shall be interpreted as indicated: 1.1. “Closing time” means the date and hour specified in the bidding documents for the receipt of bids 1.2. “Contract” means the written agreement entered into between the purchaser and the supplier, as

recorded in the contract form signed by the parties, including all attachments and appendices thereto and all documents incorporated by reference therein.

1.3. “Contract price” means the price payable to the supplier under the contract for the full and proper performance of his contractual obligations.

1.4. “Corrupt practice” means the offering, giving, receiving, or soliciting of anything of value to influence the action of a public official in the procurement process or in contract execution.

1.5. "Countervailing duties" are imposed in cases where an enterprise abroad is subsidized by its government and encouraged to market its products internationally.

1.6. “Country of origin” means the place where the goods were mined, grown or produced or from which the services are supplied. Goods are produced when, through manufacturing, processing or substantial and major assembly of components, a commercially recognized new product results that is substantially different in basic characteristics or in purpose or utility from its components.

1.7. “Day” means calendar day. 1.8. “Delivery” means delivery in compliance of the conditions of the contract or order. 1.9. “Delivery ex stock” means immediate delivery directly from stock actually on hand. 1.10. “Delivery into consignees store or to his site” means delivered and unloaded in the specified

store or depot or on the specified site in compliance with the conditions of the contract or order, the supplier bearing all risks and charges involved until the supplies are so delivered and a valid receipt is obtained.

1.11. "Dumping" occurs when a private enterprise abroad market its goods on own initiative in the RSA at lower prices than that of the country of origin and which have the potential to harm the local industries in the RSA.

1.12. ”Force majeure” means an event beyond the control of the supplier and not involving the supplier’s fault or negligence and not foreseeable. Such events may include, but is not restricted to, acts of the purchaser in its sovereign capacity, wars or revolutions, fires, floods, epidemics, quarantine restrictions and freight embargoes.

1.13. “Fraudulent practice” means a misrepresentation of facts in order to influence a procurement process or the execution of a contract to the detriment of any bidder, and includes collusive practice among bidders (prior to or after bid submission) designed to establish bid prices at artificial non-competitive levels and to deprive the bidder of the benefits of free and open competition.

1.14. “GCC” means the General Conditions of Contract. 1.15. “Goods” means all of the equipment, machinery, and/or other materials that the supplier is

required to supply to the purchaser under the contract.

Page 138:  · CONTRACT No. JRA/20/24 FOR PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY CONCRETE & …

The Contract (Volume 3)

Contract Agreement

CONTRACT No. JRA/20/24

PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY

CONCRETE & STORMWATER PRODUCTS, STEEL GRIDS AND PILLAR SUPPORT, SUPPLEMENTARY ROAD MARKING

PRODUCTS,CHEMICALS (WEEDKILLER, THINNERS ETC.), CRACKSEAL & BURNER FUEL OIL“AS AND WHEN”

REQUIRED BY THE JRA FOR A PERIOD OF THREE YEARS (36 MONTHS).

_

July 2020 Contract Data

134

1.16. “Imported content” means that portion of the bidding price represented by the cost of components, parts or materials which have been or are still to be imported (whether by the supplier or his subcontractors) and which costs are inclusive of the costs abroad, plus freight and other direct importation costs such as landing costs, dock dues, import duty, sales duty or other similar tax or duty at the South African place of entry as well as transportation and handling charges to the factory in the Republic where the supplies covered by the bid will be manufactured.

1.17. “Local content” means that portion of the bidding price which is not included in the imported content provided that local manufacture does take place.

1.18. “Manufacture” means the production of products in a factory using labour, materials, components and machinery and includes other related value-adding activities.

1.19. “Order” means an official written order issued for the supply of goods or works or the rendering of a service.

1.20. “Project site,” where applicable, means the place indicated in bidding documents. 1.21. “Purchaser” means the organization purchasing the goods. 1.22. “Republic” means the Republic of South Africa. 1.23. “SCC” means the Special Conditions of Contract. 1.24. “Services” means those functional services ancillary to the supply of the goods, such as

transportation and any other incidental services, such as installation, commissioning, provision of technical assistance, training, catering, gardening, security, maintenance and other such obligations of the supplier covered under the contract.

1.25. “Written” or “in writing” means handwritten in ink or any form of electronic or mechanical writing. 1.26. NEMA is an abbreviation for National Environmental Management Act 1.27. ASTM is an abbreviation for American Society for Testing and Materials

2. Application 2.1. These general conditions are applicable to all bids, contracts and orders including bids for

functional and professional services, sales, hiring, letting and the granting or acquiring of rights, but excluding immovable property, unless otherwise indicated in the bidding documents.

2.2. Where applicable, special conditions of contract are also laid down to cover specific supplies, services or works.

2.3. Where such special conditions of contract are in conflict with these general conditions, the special conditions shall apply.

General 3.1. Unless otherwise indicated in the bidding documents, the purchaser shall not be liable for any

expense incurred in the preparation and submission of a bid. Where applicable a non-refundable fee for documents may be charged.

3.2. With certain exceptions, invitations to bid are only published in the Government Tender Bulletin. The Government Tender Bulletin may be obtained directly from the Government Printer, Private Bag X85, Pretoria 0001, or accessed electronically from www.treasury.gov.za

Standards

4.1. The goods supplied shall conform to the standards mentioned in the bidding documents and specifications.

Page 139:  · CONTRACT No. JRA/20/24 FOR PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY CONCRETE & …

The Contract (Volume 3)

Contract Agreement

CONTRACT No. JRA/20/24

PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY

CONCRETE & STORMWATER PRODUCTS, STEEL GRIDS AND PILLAR SUPPORT, SUPPLEMENTARY ROAD MARKING

PRODUCTS,CHEMICALS (WEEDKILLER, THINNERS ETC.), CRACKSEAL & BURNER FUEL OIL“AS AND WHEN”

REQUIRED BY THE JRA FOR A PERIOD OF THREE YEARS (36 MONTHS).

_

July 2020 Contract Data

135

Use of contract documents and information; inspection. Obligations of the supplier covered under the contract.

5.1. The supplier shall not, without the purchaser’s prior written consent, disclose the contract, or any provision thereof, or any specification, plan, drawing, pattern, sample, or information furnished by or on behalf of the purchaser in connection therewith, to any person other than a person employed by the supplier in the performance of the contract. Disclosure to any such employed person shall be made in confidence and shall extend only so far as may be necessary for purposes of such performance.

5.2. The supplier shall not, without the purchaser’s prior written consent, make use of any document or information mentioned in GCC clause 5.1 except for purposes of performing the contract.

5.3. Any document, other than the contract itself mentioned in GCC clause 5.1 shall remain the property of the purchaser and shall be returned (all copies) to the purchaser on completion of the supplier’s performance under the contract if so required by the purchaser.

5.4. The supplier shall permit the purchaser to inspect the supplier’s records relating to the performance of the supplier and to have them audited by auditors appointed by the purchaser, if so required by the purchaser.

Patent rights

6.1. The supplier shall indemnify the purchaser against all third-party claims of infringement of patent, trademark, or industrial design rights arising from use of the goods or any part thereof by the purchaser.

Performance security

7.1. Within thirty (30) days of receipt of the notification of contract award, the successful bidder shall furnish to the purchaser the performance security of the amount specified in SCC.

7.2. The proceeds of the performance security shall be payable to the purchaser as compensation for any loss resulting from the supplier’s failure to complete his obligations under the contract.

7.3. The performance security shall be denominated in the currency of the contract or in a freely convertible currency acceptable to the purchaser and shall be in one of the following forms:

7.3.1. a bank guarantee or an irrevocable letter of credit issued by a reputable bank located in the purchaser’s country or abroad, acceptable to the purchaser, in the form provided in the bidding documents or another form acceptable to the purchaser; or

7.3.2. a cashier’s or certified cheque

7.4. The performance security will be discharged by the purchaser and returned to the supplier not later than thirty (30) days following the date of completion of the supplier’s performance obligations under the contract, including any warranty obligations, unless otherwise specified in SCC.

Inspections, tests and analyses

Page 140:  · CONTRACT No. JRA/20/24 FOR PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY CONCRETE & …

The Contract (Volume 3)

Contract Agreement

CONTRACT No. JRA/20/24

PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY

CONCRETE & STORMWATER PRODUCTS, STEEL GRIDS AND PILLAR SUPPORT, SUPPLEMENTARY ROAD MARKING

PRODUCTS,CHEMICALS (WEEDKILLER, THINNERS ETC.), CRACKSEAL & BURNER FUEL OIL“AS AND WHEN”

REQUIRED BY THE JRA FOR A PERIOD OF THREE YEARS (36 MONTHS).

_

July 2020 Contract Data

136

8.1. All pre-bidding testing will be for the account of the bidder.

8.2. If it is a bid condition that supplies to be produced or services to be rendered should at any stage during production or execution or on completion be subject to inspection, the premises of the bidder or contractor shall be open, at all reasonable hours, for inspection by a representative of the Department or an organization acting on behalf of the Department.

8.3. If there are no inspection requirements indicated in the bidding documents and no mention is made in the contract, but during the contract period it is decided that inspections shall be carried out, the purchaser shall itself make the necessary arrangements, including payment arrangements with the testing authority concerned.

8.4. If the inspections, tests and analyses referred to in clauses 8.2 and 8.3 show the supplies to be in accordance with the contract requirements, the cost of the inspections, tests and analyses shall be defrayed by the purchaser.

8.5. Where the supplies or services referred to in clauses 8.2 and 8.3 do not comply with the contract requirements, irrespective of whether such supplies or services are accepted or not, the cost in connection with these inspections, tests or analyses shall be defrayed by the supplier.

8.6. Supplies and services which are referred to in clauses 8.2 and 8.3 and which do not comply with the contract requirements may be rejected.

8.7. Any contract supplies may on or after delivery be inspected, tested or analysed and may be rejected if found not to comply with the requirements of the contract. Such rejected supplies shall be held at the cost and risk of the supplier who shall, when called upon, remove them immediately at his own cost and forthwith substitute them with supplies which do comply with the requirements of the contract. Failing such removal the rejected supplies shall be returned at the suppliers cost and risk. Should the supplier fail to provide the substitute supplies forthwith, the purchaser may, without giving the supplier further opportunity to substitute the rejected supplies, purchase such supplies as may be necessary at the expense of the supplier.

The provisions of clauses 8.4 to 8.7 shall not prejudice the right of the purchaser to cancel the contract on account of a breach of the conditions thereof, or to act in terms of Clause 23 of GCC.

Packing

9.1. The supplier shall provide such packing of the goods as is required to prevent their damage or deterioration during transit to their final destination, as indicated in the contract. The packing shall be sufficient to withstand, without limitation, rough handling during transit and exposure to extreme temperatures, salt and precipitation during transit, and open storage. Packing, case size and weights shall take into consideration, where appropriate, the remoteness of the goods’ final destination and the absence of heavy handling facilities at all points in transit.

9.2. The packing, marking, and documentation within and outside the packages shall comply strictly with such special requirements as shall be expressly provided for in the contract, including additional requirements, if any, specified in SCC, and in any subsequent instructions ordered by the purchaser.

Page 141:  · CONTRACT No. JRA/20/24 FOR PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY CONCRETE & …

The Contract (Volume 3)

Contract Agreement

CONTRACT No. JRA/20/24

PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY

CONCRETE & STORMWATER PRODUCTS, STEEL GRIDS AND PILLAR SUPPORT, SUPPLEMENTARY ROAD MARKING

PRODUCTS,CHEMICALS (WEEDKILLER, THINNERS ETC.), CRACKSEAL & BURNER FUEL OIL“AS AND WHEN”

REQUIRED BY THE JRA FOR A PERIOD OF THREE YEARS (36 MONTHS).

_

July 2020 Contract Data

137

Delivery

10.1. Delivery of the goods shall be made by the supplier in accordance with and documents the terms specified in the contract. The details of shipping and/or other documents to be furnished by the supplier are specified in SCC.

10.2. Documents to be submitted by the supplier are specified in SCC.

Insurance

11.1. The goods supplied under the contract shall be fully insured in a freely convertible currency against loss or damage incidental to manufacture or acquisition, transportation, storage and delivery in the manner specified in the SCC.

12. Transportation

12.1. Should a price other than an all-inclusive delivered price be required, this shall be specified in the SCC.

13. Incidental

13.1. The supplier may be required to provide any or all of the following services, including additional services, if any, specified in SCC:

13.1.1. Performance or supervision of on-site assembly and/or commissioning of the supplied goods;

13.1.2. furnishing of tools required for assembly and/or maintenance of the supplied goods;

13.1.3. furnishing of a detailed operations and maintenance manual for each appropriate unit of the supplied goods;

13.1.4. performance or supervision or maintenance and/or repair of the supplied goods, for a period of time agreed by the parties, provided that this service shall not relieve the supplier of any warranty obligations under this contract; and

13.1.5. Training of the purchaser’s personnel, at the supplier’s plant and/or on-site, in assembly, start-up, operation, maintenance, and/or repair of the supplied goods.

13.2. Prices charged by the supplier for incidental services, if not included in the contract price for the goods, shall be agreed upon in advance by the parties and shall not exceed the prevailing rates charged to other parties by the supplier for similar services.

14. Spare parts

14.1. As specified in SCC, the supplier may be required to provide any or all of the following materials, notifications, and information pertaining to spare parts

14.2. Manufactured or distributed by the supplier:

Page 142:  · CONTRACT No. JRA/20/24 FOR PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY CONCRETE & …

The Contract (Volume 3)

Contract Agreement

CONTRACT No. JRA/20/24

PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY

CONCRETE & STORMWATER PRODUCTS, STEEL GRIDS AND PILLAR SUPPORT, SUPPLEMENTARY ROAD MARKING

PRODUCTS,CHEMICALS (WEEDKILLER, THINNERS ETC.), CRACKSEAL & BURNER FUEL OIL“AS AND WHEN”

REQUIRED BY THE JRA FOR A PERIOD OF THREE YEARS (36 MONTHS).

_

July 2020 Contract Data

138

14.2.1. such spare parts as the purchaser may elect to purchase from the supplier, provided that this election shall not relieve the supplier of any warranty obligations under the contract; and

14.2.2. in the event of termination of production of the spare parts:

14.2.2.1. Advance notification to the purchaser of the pending termination, in sufficient time to permit the purchaser to procure needed requirements; and

14.2.2.2. Following such termination, furnishing at no cost to the purchaser, the blueprints, drawings, and specifications of the spare parts, if requested.

Warranty

15.1. The supplier warrants that the goods supplied under the contract are new, unused, of the most recent or current models, and that they incorporate all recent improvements in design and materials unless provided otherwise in the contract. The supplier further warrants that all goods supplied under this contract shall have no defect, arising from design, materials, or workmanship (except when the design and/or material is required by the purchaser’s specifications) or from any act or omission of the supplier, that may develop under normal use of the supplied goods in the conditions prevailing in the country of final destination.

15.2. This warranty shall remain valid for twelve (12) months after the goods, or any portion thereof as the case may be, have been delivered to and accepted at the final destination indicated in the contract, or for eighteen (18) months after the date of shipment from the port or place of loading in the source country, whichever period concludes earlier, unless specified otherwise in SCC.

15.3. The purchaser shall promptly notify the supplier in writing of any claims arising under this warranty.

15.4. Upon receipt of such notice, the supplier shall, within the period specified in SCC and with all reasonable speed, repair or replace the defective goods or parts thereof, without costs to the purchaser.

15.5. If the supplier, having been notified, fails to remedy the defect(s) within the period specified in SCC, the purchaser may proceed to take such remedial action as may be necessary, at the supplier’s risk and expense and without prejudice to any other rights which the purchaser may have against the supplier under the contract.

16. Payment

16.1. The method and conditions of payment to be made to the supplier under this contract shall be specified in SCC.

16.2. The supplier shall furnish the purchaser with an invoice accompanied by a copy of the delivery note and upon fulfilment of other obligations stipulated in the contract.

16.3. Payments shall be made promptly by the purchaser, but in no case later than thirty (30) days after submission of an invoice or claim by the supplier.

Page 143:  · CONTRACT No. JRA/20/24 FOR PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY CONCRETE & …

The Contract (Volume 3)

Contract Agreement

CONTRACT No. JRA/20/24

PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY

CONCRETE & STORMWATER PRODUCTS, STEEL GRIDS AND PILLAR SUPPORT, SUPPLEMENTARY ROAD MARKING

PRODUCTS,CHEMICALS (WEEDKILLER, THINNERS ETC.), CRACKSEAL & BURNER FUEL OIL“AS AND WHEN”

REQUIRED BY THE JRA FOR A PERIOD OF THREE YEARS (36 MONTHS).

_

July 2020 Contract Data

139

16.4. Payment will be made in Rand unless otherwise stipulated in SCC.

17. Prices

17.1. Prices charged by the supplier for goods delivered and services performed under the contract shall not vary from the prices quoted by the supplier in his bid, with the exception of any price adjustments authorized in SCC or in the purchaser’s request for bid validity extension, as the case may be.

18. Contract amendments

18.1. No variation in or modification of the terms of the contract shall be made except by written amendment signed by the parties concerned.

19. Assignment

19.1. The supplier shall not assign, in whole or in part, its obligations to perform under the contract, except with the purchaser’s prior written consent.

20. Subcontracts

20.1. The supplier shall notify the purchaser in writing of all subcontracts awarded under this contract if not already specified in the bid. Such notification, in the original bid or later, shall not relieve the supplier from any liability or obligation under the contract.

21. Delays in the supplier’s performance

21.1. Delivery of the goods and performance of services shall be made by the supplier in accordance with the time schedule prescribed by the purchaser in the contract.

21.2. If at any time during performance of the contract, the supplier or its subcontractor(s) should encounter conditions impeding timely delivery of the goods and performance of services, the supplier shall promptly notify the purchaser in writing of the fact of the delay, its likely duration and its cause(s). As soon as practicable after receipt of the supplier’s notice, the purchaser shall evaluate the situation and may at his discretion extend the supplier’s time for performance, with or without the imposition of penalties, in which case the extension shall be ratified by the parties by amendment of contract.

21.3. No provision in a contract shall be deemed to prohibit the obtaining of supplies or services from a national department, provincial department, or a local authority.

21.4. The right is reserved to procure outside of the contract small quantities or to have minor essential services executed if an emergency arises, the supplier’s point of supply is not situated at or near the place where the supplies are required, or the supplier’s services are not readily available.

21.5. Except as provided under GCC Clause 25, a delay by the supplier in the performance of its delivery obligations shall render the supplier liable to the imposition of penalties, pursuant to GCC Clause 22, unless an extension of time is agreed upon pursuant to GCC Clause without the application of penalties.

Page 144:  · CONTRACT No. JRA/20/24 FOR PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY CONCRETE & …

The Contract (Volume 3)

Contract Agreement

CONTRACT No. JRA/20/24

PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY

CONCRETE & STORMWATER PRODUCTS, STEEL GRIDS AND PILLAR SUPPORT, SUPPLEMENTARY ROAD MARKING

PRODUCTS,CHEMICALS (WEEDKILLER, THINNERS ETC.), CRACKSEAL & BURNER FUEL OIL“AS AND WHEN”

REQUIRED BY THE JRA FOR A PERIOD OF THREE YEARS (36 MONTHS).

_

July 2020 Contract Data

140

21.6. Upon any delay beyond the delivery period in the case of a supplies contract, the purchaser shall, without cancelling the contract, be entitled to purchase supplies of a similar quality and up to the same quantity in substitution of the goods not supplied in conformity with the contract and to return any goods delivered later at the supplier’s expense and risk, or to cancel the contract and buy such goods as may be required to complete the contract and without prejudice to his other rights, be entitled to claim damages from the supplier.

22. Penalties

22.1. Subject to GCC Clause 25, if the supplier fails to deliver any or all of the goods or to perform the services within the period(s) specified in the contract, the purchaser shall, without prejudice to its other remedies under the contract, deduct from the contract price, as a penalty, a sum calculated on the delivered price of the delayed goods or unperformed services using the current prime interest rate calculated for each day of the delay until actual delivery or performance or specified within the SCC. The purchaser may also consider termination of the contract pursuant to GCC Clause 23.

23. Termination

23.1. The purchaser, without prejudice to any other remedy for breach of for default contract, by written notice of default sent to the supplier, may terminate this contract in whole or in part:

23.1.1. if the supplier fails to deliver any or all of the goods within the period(s) specified in the contract, or within any extension thereof granted by the purchaser pursuant to GCC Clause 21.2;

23.1.2. if the Supplier fails to perform any other obligation(s) under the contract; or

23.1.3. if the supplier, in the judgment of the purchaser, has engaged in corrupt or fraudulent practices in competing for or in executing the contract.

23.2. In the event the purchaser terminates the contract in whole or in part, the purchaser may procure, upon such terms and in such manner as it deems appropriate, goods, works or services similar to those undelivered, and the supplier shall be liable to the purchaser for any excess costs for such similar goods, works or services. However, the supplier shall continue performance of the contract to the extent not terminated.

23.3. Where the purchaser terminates the contract in whole or in part, the purchaser may decide to impose a restriction penalty on the supplier by prohibiting such supplier from doing business with the public sector for a period not exceeding 10 years.

Page 145:  · CONTRACT No. JRA/20/24 FOR PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY CONCRETE & …

The Contract (Volume 3)

Contract Agreement

CONTRACT No. JRA/20/24

PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY

CONCRETE & STORMWATER PRODUCTS, STEEL GRIDS AND PILLAR SUPPORT, SUPPLEMENTARY ROAD MARKING

PRODUCTS,CHEMICALS (WEEDKILLER, THINNERS ETC.), CRACKSEAL & BURNER FUEL OIL“AS AND WHEN”

REQUIRED BY THE JRA FOR A PERIOD OF THREE YEARS (36 MONTHS).

_

July 2020 Contract Data

141

23.4. If a purchaser intends imposing a restriction on a supplier or any person associated with the supplier, the supplier will be allowed a time period of not more than fourteen (14) days to provide reasons why the envisaged restriction should not be imposed. Should the supplier fail to respond within the stipulated fourteen (14) days the purchaser may regard the intended penalty as not objected against and may impose it on the supplier.

23.5. Any restriction imposed on any person by the Accounting Officer / Authority will, at the discretion of the Accounting Officer / Authority, also be applicable to any other enterprise or any partner, manager, director or other person who wholly or partly exercises or exercised or may exercise control over the enterprise of the first mentioned person, and with which enterprise or person the first-mentioned person, is or was in the opinion of the Accounting Officer / Authority actively associated.

23.6. If a restriction is imposed, the purchaser must, within five (5) working days of such imposition, furnish the National Treasury, with the following information:

23.6.1. the name and address of the supplier and / or person restricted by the purchaser;

23.6.2. the date of commencement of the restriction

23.6.3. the period of restriction; and

23.6.4. the reasons for the restrictions.

These details will be loaded in the National Treasury’s central database of suppliers or persons prohibited from doing business with the public sector.

23.7. If a court of law convicts a person of an offence as contemplated in sections 12 or 13 of the Prevention and Combating of Corrupt Activities Act, No. 12 of 2004, the court may also rule that such person’s name be endorsed on the Register for Tender Defaulters. When a person’s name has been endorsed on the Register, the person will be prohibited from doing business with the public sector for a period not less than five years and not more than 10 years. The National Treasury is empowered to determine the period of restriction and each case will be dealt with on its own merits. According to section 32 of the Act the Register must be open to the public. The Register can be perused on the National Treasury website.

24. Anti-dumping and countervailing duties and rights When, after the date of bid, provisional payments are required, or antidumping or countervailing duties are imposed, or the amount of a provisional payment or anti-dumping or countervailing right is increased in respect of any dumped or subsidized import, the State is not liable for any amount so required or imposed, or for the amount of any such increase. When, after the said date, such a provisional payment is no longer required or any such anti-dumping or countervailing right is abolished, or where the amount of such provisional payment or any such right is reduced, any such favourable difference shall on demand be paid forthwith by the contractor to the State or the State may deduct such amounts from moneys (if any) which may otherwise be due to the contractor in regard to supplies or services which he delivered or rendered, or is to deliver or render in terms of the contract or any other contract or any other amount which may be due to him.

Page 146:  · CONTRACT No. JRA/20/24 FOR PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY CONCRETE & …

The Contract (Volume 3)

Contract Agreement

CONTRACT No. JRA/20/24

PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY

CONCRETE & STORMWATER PRODUCTS, STEEL GRIDS AND PILLAR SUPPORT, SUPPLEMENTARY ROAD MARKING

PRODUCTS,CHEMICALS (WEEDKILLER, THINNERS ETC.), CRACKSEAL & BURNER FUEL OIL“AS AND WHEN”

REQUIRED BY THE JRA FOR A PERIOD OF THREE YEARS (36 MONTHS).

_

July 2020 Contract Data

142

25. Force Majeure

25.1. Notwithstanding the provisions of GCC Clauses 22 and 23, the supplier shall not be liable for forfeiture of its performance security, damages, or termination for default if and to the extent that his delay in performance or other failure to perform his obligations under the contract is the result of an event of force majeure.

25.2. If a force majeure situation arises, the supplier shall promptly notify the purchaser in writing of such condition and the cause thereof. Unless otherwise directed by the purchaser in writing, the supplier shall continue to perform its obligations under the contract as far as is reasonably practical, and shall seek all reasonable alternative means for performance not prevented by the force majeure event.

26. Termination for insolvency

26.1. The purchaser may at any time terminate the contract by giving written notice to the supplier if the supplier becomes bankrupt or otherwise insolvent. In this event, termination will be without compensation to the supplier, provided that such termination will not prejudice or affect any right of action or remedy which has accrued or will accrue thereafter to the purchaser.

27. Settlement of Disputes

27.1. If any dispute or difference of any kind whatsoever arises between the purchaser and the supplier in connection with or arising out of the contract, the parties shall make every effort to resolve amicably such dispute or difference by mutual consultation.

27.2. If, after thirty (30) days, the parties have failed to resolve their dispute or difference by such mutual consultation, then either the purchaser or the supplier may give notice to the other party of his intention to commence with mediation. No mediation in respect of this matter may be commenced unless such notice is given to the other party.

27.3. Should it not be possible to settle a dispute by means of mediation, it may be settled in a South African court of law.

27.4. Mediation proceedings shall be conducted in accordance with the rules of procedure specified in the SCC.

27.5. Notwithstanding any reference to mediation and/or court proceedings herein,

27.5.1. the parties shall continue to perform their respective obligations under the contract unless they otherwise agree; and

27.5.2. the purchaser shall pay the supplier any monies due the supplier.

28. Limitation of liability

Page 147:  · CONTRACT No. JRA/20/24 FOR PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY CONCRETE & …

The Contract (Volume 3)

Contract Agreement

CONTRACT No. JRA/20/24

PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY

CONCRETE & STORMWATER PRODUCTS, STEEL GRIDS AND PILLAR SUPPORT, SUPPLEMENTARY ROAD MARKING

PRODUCTS,CHEMICALS (WEEDKILLER, THINNERS ETC.), CRACKSEAL & BURNER FUEL OIL“AS AND WHEN”

REQUIRED BY THE JRA FOR A PERIOD OF THREE YEARS (36 MONTHS).

_

July 2020 Contract Data

143

28.1. Except in cases of criminal negligence or wilful misconduct, and in the case of infringement pursuant to Clause 6;

28.1.1. the supplier shall not be liable to the purchaser, whether in contract, tort, or otherwise, for any indirect or consequential loss or damage, loss of use, loss of production, or loss of profits or interest costs, provided that this exclusion shall not apply to any obligation of the supplier to pay penalties and/or damages to the purchaser; and

28.1.2. the aggregate liability of the supplier to the purchaser, whether under the contract, in tort or otherwise, shall not exceed the total contract price, provided that this limitation shall not apply to the cost of repairing or replacing defective equipment.

Governing language

29.1. The contract shall be written in English. All correspondence and other documents pertaining to the contract that is exchanged by the parties shall also be written in English.

30. Applicable law

The contract shall be interpreted in accordance with South African laws, unless otherwise specified in SCC.

31. Notices

31.1. Every written acceptance of a bid shall be posted to the supplier concerned by registered or certified mail and any other notice to him shall be posted by ordinary mail to the address furnished in his bid or to the address notified later by him in writing and such posting shall be deemed to be proper service of such notice

31.2. The time mentioned in the contract documents for performing any act after such aforesaid notice has been given, shall be reckoned from the date of posting of such notice.

32. Taxes and duties

32.1. A foreign supplier shall be entirely responsible for all taxes, stamp duties, license fees, and other such levies imposed outside the purchaser’s country.

32.2. A local supplier shall be entirely responsible for all taxes, duties, license fees, etc., incurred until delivery of the contracted goods to the purchaser.

32.3. No contract shall be concluded with any bidder whose tax matters are not in order. Prior to the award of a bid the Department must be in possession of a tax clearance certificate, submitted by the bidder. This certificate must be an original issued by the South African Revenue Services.

33. National Industrial Participation (NIP) Programme

33.1. The NIP Programme administered by the Department of Trade and Industry shall be applicable to all contracts that are subject to the NIP obligation.

Page 148:  · CONTRACT No. JRA/20/24 FOR PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY CONCRETE & …

The Contract (Volume 3)

Contract Agreement

CONTRACT No. JRA/20/24

PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY

CONCRETE & STORMWATER PRODUCTS, STEEL GRIDS AND PILLAR SUPPORT, SUPPLEMENTARY ROAD MARKING

PRODUCTS,CHEMICALS (WEEDKILLER, THINNERS ETC.), CRACKSEAL & BURNER FUEL OIL“AS AND WHEN”

REQUIRED BY THE JRA FOR A PERIOD OF THREE YEARS (36 MONTHS).

_

July 2020 Contract Data

144

34. Prohibition of Restrictive practices

34.1. In terms of section 4 (1) (b) (iii) of the Competition Act No. 89 of 1998, as amended, an agreement between, or concerted practice by, firms, or a decision by an association of firms, is prohibited if it is between parties in a horizontal relationship and if a bidder(s) is / are or a contractor(s) was / were involved in collusive bidding (or bid rigging).

34.2. If a bidder(s) or contractor(s), based on reasonable grounds or evidence obtained by the purchaser, has / have engaged in the restrictive practice referred to above, the purchaser may refer the matter to the Competition Commission for investigation and possible imposition of administrative penalties as contemplated in the Competition Act No. 89 of 1998.

34.3. If a bidder(s) or contractor(s), has / have been found guilty by the Competition Commission of the restrictive practice referred to above, the purchaser may, in addition and without prejudice to any other remedy provided for, invalidate the bid(s) for such item(s) offered, and / or terminate the contract in whole or part, and / or restrict the bidder(s) or contractor(s) from conducting business with the public sector for a period not exceeding ten (10) years and / or claim damages from the bidder(s) or contractor(s) concerned.

Page 149:  · CONTRACT No. JRA/20/24 FOR PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY CONCRETE & …

The Contract (Volume 3)

Contract Agreement

CONTRACT No. JRA/20/24

PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY

CONCRETE & STORMWATER PRODUCTS, STEEL GRIDS AND PILLAR SUPPORT, SUPPLEMENTARY ROAD MARKING

PRODUCTS,CHEMICALS (WEEDKILLER, THINNERS ETC.), CRACKSEAL & BURNER FUEL OIL“AS AND WHEN”

REQUIRED BY THE JRA FOR A PERIOD OF THREE YEARS (36 MONTHS).

_

July 2020 Contract Data

145

General Conditions of Contract

C1.2.2 CONDITIONS FOR THE BIDDER BIDDER TO SATISFY HIMSELF AS TO CONDITIONS AND CIRCUMSTANCES OF BID

- The Bidder shall be deemed to have satisfied himself as to all the conditions and circumstances affecting the Bid.

COMPLETE ACCEPTANCE OF CONDITIONS

- The Bidder shall be deemed to know and understand the Bid Documents, which must be General Conditions and Conditions of Bid.

- Subject to the provisions of the foregoing sub-clause, the Bid may qualify any one or more of the said conditions; but no qualification of a conditions shall, if this Bid be accepted, form part of the Contract unless, at the time of Biding, he shall have indicated in writing, specifically in relation to each and every condition so qualified, the number of the conditions and the exact extent to which it is qualified.

ALTERNATIVES - The Bidder may submit alternatives, which, in his opinion, are to the JRA’s advantage economically and technically.

VARIATIONS - In the event of Bids being offered for goods differing or varying from the requirements of the Specification, all such variations shall be clearly indicated and described in the Bid.

PARTICULARS TO BE SUPPLIED

- No Bid shall be considered unless it is Goods accompanied by sufficient information to show whether or not the goods offered comply with the Specification.

- Bids must state the country of origin and the name of the manufacturer of the Goods offered. Documentary proof must be produced, if required.

BID PRICES

- All prices must be quoted in South African Rand and must include Value Added Tax (VAT). The rate of Value Added Tax used must be stated on the Form of Bid. Any discounts allowed to the JRA must be stated on the Form of Bid.

- Any form of levy or charge such as customs duty, excise duty and import surcharge must be included in the Bid price(s). All price(s) must be nett with all discount already deducted. Price(s) must include the cost of supply, delivery, off-loading, stacking etc. as specified on the form of Bid. Should there be any difference, or difference, or discrepancy, between the prices, or particulars stated on the official Form of Bid and those contained in a covering letter or other document submitted with the Bid, the former shall prevail.

Page 150:  · CONTRACT No. JRA/20/24 FOR PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY CONCRETE & …

The Contract (Volume 3)

Contract Agreement

CONTRACT No. JRA/20/24

PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY

CONCRETE & STORMWATER PRODUCTS, STEEL GRIDS AND PILLAR SUPPORT, SUPPLEMENTARY ROAD MARKING

PRODUCTS,CHEMICALS (WEEDKILLER, THINNERS ETC.), CRACKSEAL & BURNER FUEL OIL“AS AND WHEN”

REQUIRED BY THE JRA FOR A PERIOD OF THREE YEARS (36 MONTHS).

_

July 2020 Contract Data

146

BID PRICE

- Bidders shall submit Bid Prices, which shall be free from fluctuations. All prices shall be quoted in South African currency and any discounts allowed to the JRA must be stated in the Form of Bid.

VARIABLE BIDS

- Where Bid is based on the Contract Price being subject to adjustment:-

• The Bid price(s) stated on the Form of Bid must be based on Cost to Bidder and Rates and Charges ruling at the date of compilation of the Bid, which date shall be as near as possible to the Date of Bid.

• The Bid must be clearly marked as being subject to Contract Price Adjustment.

• For Goods, which are to be imported, in whole or in part, from outside the Republic of South Africa, the Bidder must state in his Bid the rate of exchange on which the Bid is based, such rate to be that ruling at the Date of Bid.

- Bidders must state whether the exchange rate is adjustable to that ruling at date of the adjustment shall be based on the rate ruling at date of shipment of Goods

PREFERENCES

- Bids claiming preferences must complete the “Certificate of Preferences Claimed by Bidder” attached to the Bid Document. Claims for preferences which are not received by the JRA by the Date of Bid, will not be considered.

DELIVERY - Bidders must state in their Bids the lead time required for delivery.

SUBMISSION OF BID

- The complete Bid documents must be placed in a sealed envelope endorsed in the manner indicated on the Cover of Bid and in the advertisement calling for Bids and must be submitted complete in all respect.

- A specific box subsequent to the Date of Bid will be considered, the onus of ensuring that the Bid is placed in the correct box lies with the Bidder. No Bid will be considered if it is received after the closing Date and Time of Bid and proof of posting will not be accepted as proof of delivery. No Bid submitted by fax or other electronic means will be considered.

- The act of the submitting a Bid to the JRA shall be deemed to constitute an agreement between the Bidder and the JRA whereby such Bid shall remain open for acceptance by the JRA for a period of one hundred and twenty (120) days from the Date of Bid, during which period the Bidder agrees not to withdraw the same or impair or derogate from its Effect.

EXAMINATION OF BIDS AND DETERMINATION OF RESPONSIVENESS

- A responsive Bid is one, which conforms to all the terms, conditions and Specifications of the Contracts without material deviation or qualification. A material deviation or qualification is one which, in the JRA’s opinion:

Page 151:  · CONTRACT No. JRA/20/24 FOR PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY CONCRETE & …

The Contract (Volume 3)

Contract Agreement

CONTRACT No. JRA/20/24

PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY

CONCRETE & STORMWATER PRODUCTS, STEEL GRIDS AND PILLAR SUPPORT, SUPPLEMENTARY ROAD MARKING

PRODUCTS,CHEMICALS (WEEDKILLER, THINNERS ETC.), CRACKSEAL & BURNER FUEL OIL“AS AND WHEN”

REQUIRED BY THE JRA FOR A PERIOD OF THREE YEARS (36 MONTHS).

_

July 2020 Contract Data

147

• Could detrimentally affects the scope, quality, or performance of the Works;

• Changes the JRA’s or the Bidder’s risks and responsibilities under the Contract; or

• Would affect the competitive position of other Bidders presenting responsive Bids, if it were to be rectified.

- If the Bid does not meet the requirements or is not responsive (as described below), it will be rejected by the JRA, and not subsequently be made acceptable to the employer by correction or withdrawal of the non-conforming deviation or reservation.

ADJUDICATION OF BIDS - Prior to the detailed evaluation of Bids, the Employer shall determine whether each Bid:

• Meets the requirements of these Conditions of Bid

• Has been properly signed;

• Is responsive to the requirements of the Contractor documents i.e., all required documents as stated and requested within this document have been complied with and any non-compliance whatsoever may result in disqualification;

• Provides any clarification and or/ substantiation that the Employer may require;

• Complies with the Bid submission requirements in all other respects.

• Fulfils all of the requirements included within the SCC in evaluating the bid submission (i.e. evaluation criteria)

ADJUDICATION USING A POINT SYSTEM

- Responsive Bids (based on the compliance with all required and described documents as explained above) will be adjudicated by the Employer using a system which awards points on the basis of:

• Functional Evaluation (explained in the SCC section of document)

• The Bided price (NP);

• The B-BBEE Status Level Verification Certificate. - The Employer will normally award the Contract to the Bidder obtaining

the highest number of points, but will not bind itself to do so.

Page 152:  · CONTRACT No. JRA/20/24 FOR PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY CONCRETE & …

The Contract (Volume 3)

Contract Agreement

CONTRACT No. JRA/20/24

PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY

CONCRETE & STORMWATER PRODUCTS, STEEL GRIDS AND PILLAR SUPPORT, SUPPLEMENTARY ROAD MARKING

PRODUCTS,CHEMICALS (WEEDKILLER, THINNERS ETC.), CRACKSEAL & BURNER FUEL OIL“AS AND WHEN”

REQUIRED BY THE JRA FOR A PERIOD OF THREE YEARS (36 MONTHS).

_

July 2020 Contract Data

148

EVALUATION OF BIDS

- Bids are subject to compliance of requirements structured in the bid document. This bid is subject to the following evaluation process

- Phase 1: The first phase is the pre-compliance evaluation of the SCM returnable schedules. Bidders that are not compliant with the minimum requirements of phase one, will not go through to the second phase.

- Phase 2: Functionality evaluation The threshold for technical functionality evaluation is set at 70% in order to be evaluated further to the third phase for Price and B-BBEE. If no bidder scores 70% or more on the functionality assessment, then the JRA reserves the right to lower the score to 60%. If no bidders score 60% or more on functionality assessment, the bid will be cancelled and re-advertised.

- Phase 3: The third phase is to perform an evaluation of Price and B-BBEE on the bidders that successfully qualified on the technical functionality evaluation, i.e. bidders who achieved a minimum score of 70%) or 60%). The 80/20 principles will be applied. The 80/20 principle applies to bids with a contract value less than R50 Million, where price counts 80 points and 20 points are allocated to B-BBEE levels. The highest point for price is 80 points. Points for price is calculated in the following manner:

𝑁𝑃 = 80 × (1 − 𝑃𝑡 − 𝑃𝑚𝑖𝑛

𝑃𝑚𝑖𝑛)

- Where: NP = Points Scored for Bid under Consideration Pmin = Rand value of lowest acceptable Bid Pt = Rand Value of Bid under Consideration

- Points must be awarded to a bidder for attaining the B-BBEE status level of contribution in accordance with the table below:

B-BBEE Status Level of Contributor

Number of points (90/10 system)

Number of points (80/20 system)

1 10 20

2 9 18

3 6 14

4 5 12

5 4 8

6 3 6

7 2 4

8 1 2

Non-compliant contributor

0 0

Page 153:  · CONTRACT No. JRA/20/24 FOR PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY CONCRETE & …

The Contract (Volume 3)

Contract Agreement

CONTRACT No. JRA/20/24

PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY

CONCRETE & STORMWATER PRODUCTS, STEEL GRIDS AND PILLAR SUPPORT, SUPPLEMENTARY ROAD MARKING

PRODUCTS,CHEMICALS (WEEDKILLER, THINNERS ETC.), CRACKSEAL & BURNER FUEL OIL“AS AND WHEN”

REQUIRED BY THE JRA FOR A PERIOD OF THREE YEARS (36 MONTHS).

_

July 2020 Contract Data

149

- The total number of Bid adjudication points may be awarded (N), is the sum of: N = NP + B-BBEE

- Contracts are awarded to bidders based on the points bidders scored for price and B-BBEE. The highest point scoring bidder is normally awarded the contract.

ACCEPTANCE OF BID

- The lowest, or any, Bid will not necessarily be accepted and the JRA reserves the right to:

• Not to appoint the highest scoring bidder.

• Not to appoint any bidder at all.

• To appoint to more than one bidder, if so required

• To appoint the bid in part / by item to various bidders, if so required

• In the event of multiple bids for similar scope of works, the JRA reserves the right to appoint more than one bidder for such similar work.

OFFERING OF COMMISSION OR GRATUITY

- If the Bidder, or any person employed by him, is found to have either directly or indirectly offered, promised or given to any Board member, person in the employ of the JRA, any commission, gratuity, gift or other consideration, the Agency shall have the right summarily and without recourse to law and without prejudice to any other legal remedy which it may have in regard to any loss or additional cost or expensed, to disqualify the Bid without paying any compensation to the Bidder.

PROCESS TO BE CONFIDENTIAL

- Information supplied by Bidders and information relating to the clarification evaluation and the award of a contract will not be disclosed to Bidders or any other person not officially concerned with such processes.

- Any effort by a Bidder to influence the Employers processing of Bids or the award of the Contract may result in the rejection of his Bid.

-

PENALTIES - Should it transpire, after the award of the Contract, that some, or all Bid adjudication points claimed by the successful Bidder and awarded to him were based on incorrect or false information, or the conditions pertaining to the awarding of points are not adhered to, the Contractor will be required to pay to the Employer penalties in an amount equal to one and a half times the number of such falsely-claimed points multiplied by the offer Amount, excl. VAT, ÷ 100.

Page 154:  · CONTRACT No. JRA/20/24 FOR PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY CONCRETE & …

The Contract (Volume 3)

Contract Agreement

CONTRACT No. JRA/20/24

PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION

MATERIAL:SUPPLEMENTARY CONCRETE & STORMWATER PRODUCTS, STEEL GRIDS AND PILLAR SUPPORT,

SUPPLEMENTARY ROAD MARKING PRODUCTS,CHEMICALS (WEEDKILLER, THINNERS ETC.), CRACKSEAL &

BURNER FUEL OIL“AS AND WHEN” REQUIRED BY THE JRA FOR A PERIOD OF THREE YEARS (36 MONTHS).

_

July 2020 Conditions of Contract

150

JOHANNESBURG ROADS AGENCY (PTY) LTD

CONTRACT NO. JRA/20/24

FOR

PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD

CONSTRUCTION MATERIAL:SUPPLEMENTARY CONCRETE & STORMWATER

PRODUCTS, STEEL GRIDS AND PILLAR SUPPORT, SUPPLEMENTARY ROAD

MARKING PRODUCTS,CHEMICALS (WEEDKILLER, THINNERS ETC.), CRACKSEAL &

BURNER FUEL OIL“AS AND WHEN” REQUIRED BY THE JRA FOR A PERIOD OF THREE

YEARS (36 MONTHS).

C1.3 CONDITIONS PERTAINING TO AFFIRMATIVE PROCUREMENT

Page 155:  · CONTRACT No. JRA/20/24 FOR PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY CONCRETE & …

The Contract (Volume 3)

Contract Agreement

CONTRACT No. JRA/20/24

PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION

MATERIAL:SUPPLEMENTARY CONCRETE & STORMWATER PRODUCTS, STEEL GRIDS AND PILLAR SUPPORT,

SUPPLEMENTARY ROAD MARKING PRODUCTS,CHEMICALS (WEEDKILLER, THINNERS ETC.), CRACKSEAL &

BURNER FUEL OIL“AS AND WHEN” REQUIRED BY THE JRA FOR A PERIOD OF THREE YEARS (36 MONTHS).

_

July 2020 Conditions of Contract

151

C1.3 CONDITIONS PERTAINING TO AFFIRMATIVE PROCUREMENT

PREFERENCES FOR AFFIRMABLE BUSINESS ENTERPRISE STATUS/WOMAN EQUITY

OWNERSHIP:

Definitions and Interpretation - The following words and expressions shall have the meanings indicated including the interpretation

and use for the purposes of this document as per the General Conditions of Contract (GCC); some of which may be further explained as required, within the document.

AFFILIATED BUSINESS ENTITY

- A business entity which has control of or the power to control another business entity, albeit indirect, e.g. where a third person has control of or has the power to control both entities. Indicators of control shall, without limitation, include inter locking management or ownership, identity of interests among family members, shared facilities and equipment, or common use of employees.

CONTROL - The possession exercise of legal authority and power to manager the assets, goodwill and daily operations of a business and the active and continuous exercise of appropriate managerial; authority and power in determining the policies and directing the operations of the business.

COMMERCIALLY USEFUL FUNCTION

- The performance or real and actual work, or the provision of services, in the discharge of any contractual obligation, which shall include but not be limited to the performance of a district element of work which the business has the skill and expertise to undertake, and the responsibility for management and supervision of such work

EXECUTIVE DIRECTOR

- A fulltime partner in a partnership a director of a company established in terms of the Companies Act, 1973 (Act 61 of 1973) or a member of close corporation registered in terms of the Close Corporation Act, who, jointly and severally with his/her other partners, co-directors or co-members, as the case may be, bears the risk of business and takes responsibility for the management and liabilities of the partnership, company, or close corporation on a day to day basis.

- NOTE: Non-executive directors of public companies are specifically excluded. A sole proprietor may be regarded as being an Executive Director.

MANUFACTURER

- A firm that operates or maintains a factory or establishment that produces on this premises materials or suppliers required by the Prime Contractor for the performance of the Contract.

OWNED - Having all the customary incidents of ownership including the right of disposition, and sharing all the risks and profits commensurate with the degree of ownership interests as demonstrated by an examination of the substance, rather than the form of ownership arrangements.

Page 156:  · CONTRACT No. JRA/20/24 FOR PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY CONCRETE & …

The Contract (Volume 3)

Contract Agreement

CONTRACT No. JRA/20/24

PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION

MATERIAL:SUPPLEMENTARY CONCRETE & STORMWATER PRODUCTS, STEEL GRIDS AND PILLAR SUPPORT,

SUPPLEMENTARY ROAD MARKING PRODUCTS,CHEMICALS (WEEDKILLER, THINNERS ETC.), CRACKSEAL &

BURNER FUEL OIL“AS AND WHEN” REQUIRED BY THE JRA FOR A PERIOD OF THREE YEARS (36 MONTHS).

_

July 2020 Conditions of Contract

152

BROAD BASED BLACK ECONOMIC EMPOWERMENT

- Bidders are required to submit original and valid B-BBEE Status Level Verification Certificates or certified copies thereof together with their bids, to substantiate their B-BBEE rating claims.

- Bidders who do not submit B-BBEE Status Level Verification Certificates or are non-compliant contributors to B-BBEE do not qualify for preference points for B-BBEE but should not be disqualified from the bidding process. They will score points out of 90 or 80 for price only and zero (0) points out of 10 or 20 for B-BBEE.

PRIME CONTRACTORS - A Contractor who contractors with an employer as the principal or main Contractor or as a joint venture partner to such Contractors, to provide goods, services and works.

SUPPLIER - A firm that:

• Owns, operates or maintains a store, warehouse or other establishment in which materials or supplies required for the performance of the Contractor are bought, kept in stock and regularly sold to the public in the usual course of business; and

• Engages as its principal business, and in its own name, in the purchase and sale of the products in question.

WOMEN - A female person who is a South African citizen and a female at birth.

WOMEN EQUITY OWNERSHIP (WEO)

- The collective Ownership percentage of Executive Directors within an enterprise who are Women.

Page 157:  · CONTRACT No. JRA/20/24 FOR PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY CONCRETE & …

The Contract (Volume 3)

Part 2: Pricing Data

CONTRACT No. JRA/20/24

PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY CONCRETE & STORMWATER PRODUCTS, STEEL GRIDS AND PILLAR SUPPORT, SUPPLEMENTARY ROAD MARKING PRODUCTS,CHEMICALS (WEEDKILLER, THINNERS ETC.), CRACKSEAL & BURNER FUEL OIL“AS AND WHEN” REQUIRED BY THE JRA FOR A PERIOD OF THREE YEARS (36 MONTHS).

July 2020 Pricing Data

153

JOHANNESBURG ROADS AGENCY (SOC) LTD

CONTRACT No. JRA/20/24

FOR

PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD

CONSTRUCTION MATERIAL:SUPPLEMENTARY CONCRETE & STORMWATER

PRODUCTS, STEEL GRIDS AND PILLAR SUPPORT, SUPPLEMENTARY ROAD

MARKING PRODUCTS,CHEMICALS (WEEDKILLER, THINNERS ETC.), CRACKSEAL &

BURNER FUEL OIL“AS AND WHEN” REQUIRED BY THE JRA FOR A PERIOD OF

THREE YEARS (36 MONTHS).

C.2.1 Pricing schedule

Page 158:  · CONTRACT No. JRA/20/24 FOR PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY CONCRETE & …

The Contract (Volume 3)

Part 2: Pricing Data

CONTRACT No. JRA/20/24

PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY CONCRETE & STORMWATER PRODUCTS, STEEL GRIDS AND PILLAR SUPPORT, SUPPLEMENTARY ROAD MARKING PRODUCTS,CHEMICALS (WEEDKILLER, THINNERS ETC.), CRACKSEAL & BURNER FUEL OIL“AS AND WHEN” REQUIRED BY THE JRA FOR A PERIOD OF THREE YEARS (36 MONTHS).

July 2020 Pricing Data

154

JOHANNESBURG ROADS AGENCY (SOC) LTD

CONTRACT No. JRA/19/435

FOR

PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD

CONSTRUCTION MATERIAL:SUPPLEMENTARY CONCRETE & STORMWATER

PRODUCTS, STEEL GRIDS AND PILLAR SUPPORT, SUPPLEMENTARY ROAD

MARKING PRODUCTS,CHEMICALS (WEEDKILLER, THINNERS ETC.), CRACKSEAL &

BURNER FUEL OIL“AS AND WHEN” REQUIRED BY THE JRA FOR A PERIOD OF

THREE YEARS (36 MONTHS).

PART 2 PRICING DATA

C2.1: PRICING INSTRUCTIONS

C2.2: PRICING AND SCHEDULE OF QUANTITIES

Page 159:  · CONTRACT No. JRA/20/24 FOR PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY CONCRETE & …

The Contract (Volume 3)

Part 2: Pricing Data

CONTRACT No. JRA/20/24

PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY CONCRETE & STORMWATER PRODUCTS, STEEL GRIDS AND PILLAR SUPPORT, SUPPLEMENTARY ROAD MARKING PRODUCTS,CHEMICALS (WEEDKILLER, THINNERS ETC.), CRACKSEAL & BURNER FUEL OIL“AS AND WHEN” REQUIRED BY THE JRA FOR A PERIOD OF THREE YEARS (36 MONTHS).

July 2020 Pricing Data

155

C2.1: PRICING INSTRUCTIONS

i) The quantities given here are only for evaluation purposes. The actual quantities will

be determined by JRA as and when required over the course of three year

appointment.

ii) This bill of quantities forms part of an integral part of the contract documents.

iii) The quantities set out in the bill of quantities are approximate quantities only. The

quantities of work finally accepted and certified for payment, and not the quantities

given in the bill of quantities, shall be used for determining payments to the Contractor.

iv) The validity of the contract shall in no way be affected by the differences between the

quantities in the bill of quantities and the quantities finally certified for payment. Work

shall be valued at the rates or lump sums tendered, subject only to the provisions of

the General Conditions of Contract.

v) Rates and lump sums shall include full compensation for overheads, profits,

incidentals, levies, taxes, etc., and for the completed items of work as specified. Full

compensation for completing and maintaining, during the maintenance period, all the

work shown on the drawings and specified in the specifications and project

specifications, and for all the risks, obligations and responsibilities specified in the

General Conditions Of Contract, Special Conditions Of Contract and Specifications

shall be considered as provided for collectively in the items of payment given in the bill

of quantities, except in so far as the quantities given in the bill of quantities are only

approximate.

vi) Rates and lump sums shall also be exclusive of Value Added Tax (VAT). The summary

of the bill of quantities allows separately for the calculation of an allowance for Value

Added Tax (VAT) (output tax in terms of the Tenderer). Rates and lump sums shall,

however, be inclusive of all other taxes and levies.

Page 160:  · CONTRACT No. JRA/20/24 FOR PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY CONCRETE & …

The Tender Part 1

Tender Procedures

CONTRACT No. JRA/20/24

PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY CONCRETE & STORMWATER PRODUCTS,

STEEL GRIDS AND PILLAR SUPPORT, SUPPLEMENTARY ROAD MARKING PRODUCTS,CHEMICALS (WEEDKILLER, THINNERS ETC.), CRACKSEAL & BURNER FUEL

OIL“AS AND WHEN” REQUIRED BY THE JRA FOR A PERIOD OF THREE YEARS (36 MONTHS).

156

ALL PRICES QUOTED MUST BE INCLUSIVE OF DELIVERY COSTS AND EXCLUSIVE OF VAT. THE QUANTITIES GIVEN HERE ARE ONLY FOR

EVALUATION PURPOSES. THE ACTUAL QUANTITIES WILL BE DETERMINED BY JRA “AS AND WHEN REQUIRED” OVER THE COURSE OF THE

APPOINTMENT.

ALL PRICES QUOTED FOR CATEGORIES 1, 2, 3, 4 AND 5 ITEM 1, (CRACKSEAL), MUST REMAIN FIRM FOR THE FIRST TWELVE (12) MONTHS,

THEREAFTER PRICE ADJUSTMENTS WILL BE NEGOTIATED AT CPI (COST PRICE INDEX)

CATEGORY 5 ITEM 2, (BURNER FUEL OIL) PRICE INCREASE WILL BE SUBJECT TO OIL PRICE AND THE RATE OF EXCHANGE (ROE). BIDDERS HAVE

TO PROVIDE THE BASE PRICE FOR OIL AND THE EXCHANGE RATE AS IT CHANGES EVERY MONTH.

7.4 CATEGORY 1: SUPPLEMENTARY CONCRETE AND STORMWATER PRODUCTS GROUP A: KERBS

NO. DESCRIPTION 1 SIZE UOM DELIVERY LEAD TIME

UNIT COST EXCL. VAT

ESTIMATED QUANTITIES

TOTAL COST

1. MOUNTABLE KERBS (FIGURE 8B) 1000 X 300 X 150 (FIG8B) EACH 500

2. HALF BATTERED KERBS (FIGURE 5) 330 X 75 X 280 MM (FIG5) EACH 500

3. SEMI-MOUNTABLE KERBS (FIGURE 7)

330 X 180 X 280( FIG7) EACH 500

4. CORNER KERBS (FIGURE 8) 300 X 300 X 175 (FIG 8) EACH 500

5. SEMI-MOUNTABLE KERBS (FIGURE 7)

1000 X 180 X 280 (FIG7) EACH 500

6. PAVING EDGE KERBS (FIGURE 12) 750 X 75 X 150 (FIG12) EACH 500

7. PAVING EDGE KERBS (FIGURE 12) 500 X 75 X 150 (FIG12) EACH 500

8. MOUNTABLE KERBS (FIGURE 8B) 1000 X 300 X 200( FIG8B) EACH 500

9. MOUNTABLE KERBS (FIGURE 8C) 330 X 300 X 200 (FIG8C) EACH 500

Page 161:  · CONTRACT No. JRA/20/24 FOR PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY CONCRETE & …

The Contract (Volume 3)

Part 2: Pricing Data

CONTRACT No. JRA/20/24

PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY CONCRETE & STORMWATER PRODUCTS, STEEL GRIDS AND PILLAR SUPPORT, SUPPLEMENTARY ROAD MARKING PRODUCTS,CHEMICALS (WEEDKILLER, THINNERS ETC.), CRACKSEAL & BURNER FUEL OIL“AS AND WHEN” REQUIRED BY THE JRA FOR A PERIOD OF THREE YEARS (36 MONTHS).

July 2020 Pricing Data

157

GROUP B: KI TOPS AND SLABS

NO. DESCRIPTION 1 SIZE

UOM DELIVERY LEAD TIME

UNIT COST EXCL. VAT

ESTIMATED QUANTITIES

TOTAL COST

1. KI TOPS SLABS WITH SERVICE HOLES 1980 X 1000 X 100 EACH 500

2. KI TOPS SLABS WITH SERVICE HOLES 1800 X 600 X 100 EACH 500

3. SLABS HALVE 1070 X 450 X 100 EACH 500

4. PEDESTRIAN RAMP BLOCKS 450 X 450 X 50 EACH 500

5. KERB INTAKE COVER SLABS (PLAIN)

WITH SLING HOLE 1200 X 600 X 100 EACH

500

6. HEAVY DUTY INTAKE SLABS (PLAIN)

WITH SLING HOLES) 1980 X 1070 X 90 EACH

500

Page 162:  · CONTRACT No. JRA/20/24 FOR PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY CONCRETE & …

The Contract (Volume 3)

Part 2: Pricing Data

CONTRACT No. JRA/20/24

PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY CONCRETE & STORMWATER PRODUCTS, STEEL GRIDS AND PILLAR SUPPORT, SUPPLEMENTARY ROAD MARKING PRODUCTS,CHEMICALS (WEEDKILLER, THINNERS ETC.), CRACKSEAL & BURNER FUEL OIL“AS AND WHEN” REQUIRED BY THE JRA FOR A PERIOD OF THREE YEARS (36 MONTHS).

July 2020 Pricing Data

158

GROUP C: STORMWATER PRODUCTS

NO. DESCRIPTION 1 DESCRIPTION 2 UOM DELIVERY LEAD TIME

UNIT COST EXCL. VAT

ESTIMATED QUANTITIES

TOTAL COST

1. GEO PIPES PVC, 110MM X 6M, (SUBSOIL) EACH 100

2. PIPE SUB SOIL PIPE 150*6M EACH 100

3. SUB SOIL CLOTH SUB SOIL CLOTH 150*5.3*10M EACH 100

4.

GABION MATTRESS BOXES (2X1X.3) 2M LONG X 1M WIDE X 3M

HIGH, HEXAGONAL WOVEN

WIRE MESH, HEAVILY ZINC

COATED AND PVC COATED

WIRE

EACH

50

Page 163:  · CONTRACT No. JRA/20/24 FOR PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY CONCRETE & …

The Contract (Volume 3)

Part 2: Pricing Data

CONTRACT No. JRA/20/24

PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY CONCRETE & STORMWATER PRODUCTS, STEEL GRIDS AND PILLAR SUPPORT, SUPPLEMENTARY ROAD MARKING PRODUCTS,CHEMICALS (WEEDKILLER, THINNERS ETC.), CRACKSEAL & BURNER FUEL OIL“AS AND WHEN” REQUIRED BY THE JRA FOR A PERIOD OF THREE YEARS (36 MONTHS).

July 2020 Pricing Data

159

GROUP D: MISCELLANEOUS PRODUCTS

NO. DESCRIPTION 1 DESCRIPTION 2 UOM DELIVERY LEAD TIME

UNIT COST EXCL. VAT

ESTIMATED QUANTITIES

TOTAL COST

1. CEMENT 50KG, 42.5N PORTLAND

CEMENT 50KG BAG

5,000

2. CONCRETE PREMIX 25KG BAGS, CLASS 19 / 20 (20

MPA) 25KG BAG

5,000

3. LIME 25KG, HYDRATED LIME FOR

SOIL STABILIZATION 25KG BAG

500

4. RIVER SAND BAGS 25KG, WASHED 25KG BAG 5,000

5.

BRICKS CLAY, 222 X 90 X 73 MM, 30

MPA STRENGTH, 8-10%

WATER ABSORPTION EACH

3,000

Page 164:  · CONTRACT No. JRA/20/24 FOR PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY CONCRETE & …

The Contract (Volume 3)

Part 2: Pricing Data

CONTRACT No. JRA/20/24

PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY CONCRETE & STORMWATER PRODUCTS, STEEL GRIDS AND PILLAR SUPPORT, SUPPLEMENTARY ROAD MARKING PRODUCTS,CHEMICALS (WEEDKILLER, THINNERS ETC.), CRACKSEAL & BURNER FUEL OIL“AS AND WHEN” REQUIRED BY THE JRA FOR A PERIOD OF THREE YEARS (36 MONTHS).

July 2020 Pricing Data

160

7.5 CATEGORY 2: STEEL GRIDS

GROUP A: STEEL GRIDS AND PILLAR SUPPORT

NO. DESCRIPTION 1 DESCRIPTION 2 UOM DELIVERY LEAD TIME

UNIT COST EXCL. VAT

ESTIMATED QUANTITIES

TOTAL COST

1. STEEL PILLAR 140 MM HIGH, STEEL PILLAR SUPPORTS (DETAILS ON FIGURE: 1)

EACH 100

2. STEEL GRID 1000 X 500 X 50 MM GALVANIZED

EACH 100

3. STEEL GRID 1000 X 350 MM GALVANIZED EACH 100

4. STEEL GRID 880 X 600 MM, GALVANIZED EACH 100

5. STEEL GRID 1600 X 450 MM, STEEL GRID FOR GRID INLETS, GALVANIZED

EACH 100

6. STEEL GRID 1600 X 450 MM, DOUBLE HINGED STEEL GRIDS, GALVANIZED

EACH 100

7. STEEL GRID 600 X 880 MM, HINGED STEEL GRIDS, GALVANIZED

EACH 100

8. STEEL GRID 1600 X 456 MM, STEEL GRIDS GALVANIZED

EACH 100

9. STEEL ROUND BAR R 10MM DIAMETER X 6M EACH 100

Page 165:  · CONTRACT No. JRA/20/24 FOR PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY CONCRETE & …

The Contract (Volume 3)

Part 2: Pricing Data

CONTRACT No. JRA/20/24

PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY CONCRETE & STORMWATER PRODUCTS, STEEL GRIDS AND PILLAR SUPPORT, SUPPLEMENTARY ROAD MARKING PRODUCTS,CHEMICALS (WEEDKILLER, THINNERS ETC.), CRACKSEAL & BURNER FUEL OIL“AS AND WHEN” REQUIRED BY THE JRA FOR A PERIOD OF THREE YEARS (36 MONTHS).

July 2020 Pricing Data

161

7.6 CATEGORY 3: SUPPLEMENTARY ROAD MARKING PRODUCTS

GROUP A: ROAD MARKING PRODUCTS

NO. DESCRIPTION 1 DESCRIPTION 2 UOM DELIVERY LEAD TIME

UNIT COST EXCL. VAT

ESTIMATED QUANTITIES

TOTAL COST

1. PAINT UNDERCOAT 5LT EACH 1,000

2. PAINT PRIMER, LT EACH 2,000

3. PAINT BLACK ENEMEL 5L EACH 4,000

4. PAINT GREY ENAMEL 5LT EACH 4,000

5. PAINT SILVER ALUMINUM ENAMEL 5LT

EACH 4,000

6. PAINT WHITE ENAMEL 5LT EACH 15,000

7. PAINT RED ENAMEL 5LT EACH 1,000

8. PAINT YELLOW ENAMEL 5LT EACH 2,000

9. SIKAGARD 550W ELASTIC GREY 20LT EACH 5,000

10. GLASSBEADS CKS192 X 25KG EACH 5,000

Page 166:  · CONTRACT No. JRA/20/24 FOR PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY CONCRETE & …

The Contract (Volume 3)

Part 2: Pricing Data

CONTRACT No. JRA/20/24

PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY CONCRETE & STORMWATER PRODUCTS, STEEL GRIDS AND PILLAR SUPPORT, SUPPLEMENTARY ROAD MARKING PRODUCTS,CHEMICALS (WEEDKILLER, THINNERS ETC.), CRACKSEAL & BURNER FUEL OIL“AS AND WHEN” REQUIRED BY THE JRA FOR A PERIOD OF THREE YEARS (36 MONTHS).

July 2020 Pricing Data

162

7.7 CATEGORY 4: CHEMICALS (WEEDKILLER, THINNERS ETC.)

GROUP A: CHEMICALS

NO. DESCRIPTION 1 DESCRIPTION 2 UOM DELIVERY LEAD TIME

UNIT COST EXCL. VAT

ESTIMATED QUANTITIES

TOTAL COST

1. THINNERS

LACQUER - 5 LITERS, 100% MINERAL SPIRITS, SUITABLE FOR USE ON TOOLS AND BRUSHES

EACH

10,000

2. TURPENTINE OIL PAINT THINNER, CLEANER, 500ML

EACH 20,000

3. TOLUENE 210 LITERS LITER 30,000

4. THERMAL OIL 320 AND 220 DRUMS LITER 10,000

5. WEEDKILLER

GLYPHOSATE, 20L, CONCENTRATE OR SIMILAR

PER LITER 10,000

6. WEEDKILLER

25KG SPIKE GR 50 POWDER POISON FOR WEED KILLING

EACH BAG 5,000

Page 167:  · CONTRACT No. JRA/20/24 FOR PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY CONCRETE & …

The Contract (Volume 3)

Part 2: Pricing Data

CONTRACT No. JRA/20/24

PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY CONCRETE & STORMWATER PRODUCTS, STEEL GRIDS AND PILLAR SUPPORT, SUPPLEMENTARY ROAD MARKING PRODUCTS,CHEMICALS (WEEDKILLER, THINNERS ETC.), CRACKSEAL & BURNER FUEL OIL“AS AND WHEN” REQUIRED BY THE JRA FOR A PERIOD OF THREE YEARS (36 MONTHS).

July 2020 Pricing Data

163

7.8 CATEGORY 5: CRACKSEAL AND BURNER FUEL OIL

GROUP A: CHEMICALS

NO. DESCRIPTION 1 UOM DELIVERY LEAD TIME

UNIT COST EXCL. VAT

ESTIMATED QUANTITIES

TOTAL COST

1. CRACKSEAL PER LITER 10,000

2. BURNER FUEL OIL PER LITER 300,000

Page 168:  · CONTRACT No. JRA/20/24 FOR PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY CONCRETE & …

The Contract (Volume 3)

Part 2: Pricing Data

CONTRACT No. JRA/20/24

PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY CONCRETE & STORMWATER PRODUCTS, STEEL GRIDS AND PILLAR SUPPORT, SUPPLEMENTARY ROAD MARKING PRODUCTS,CHEMICALS (WEEDKILLER, THINNERS ETC.), CRACKSEAL & BURNER FUEL OIL“AS AND WHEN” REQUIRED BY THE JRA FOR A PERIOD OF THREE YEARS (36 MONTHS).

July 2020 Pricing Data

164

7.9 Price Adjustment

1. NON-FIRM PRICES SUBJECT TO ESCALATION

1.1. IN CASES OF CONTRACTS, NON FIRM PRICES WILL BE ADJUSTED (LOADED) WITH THE ASSESSED CONTRACT PRICE ADJUSTMENTS IMPLICIT IN NON FIRM PRICES WHEN CALCULATING THE COMPARATIVE PRICES

1.2. IN THIS CATEGORY PRICE ESCALATIONS WILL ONLY BE CONSIDERED IN TERMS OF THE FOLLOWING FORMULA:

( ) VPtoD

tDD

oR

tRD

oR

tRD

oR

tRDPtVPa +

+++−=

4

44

3

33

2

22

1

111

Where:

Pa = The new escalated price to be

calculated.

(1-V) Pt = 85% of the original bid price. Note that Pt must always be the original bid

price and not an escalated price.

D1, D2.. = Each factor of the bid price e.g., labour, transport, diesel, taxes, etc. The

total of the various factors D1, D2…etc. must add up to 100%.

R1t, R2t…… = Index figure obtained from new index (depends on the number of factors

used).

R1o, R2o = Index figure at time of bidding.

VPt = 15% of the original bid price. This portion of the bid price remains firm i.e.

it is not subject to any price escalations.

Page 169:  · CONTRACT No. JRA/20/24 FOR PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY CONCRETE & …

The Contract (Volume 3)

Part 2: Pricing Data

CONTRACT No. JRA/20/24

PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY CONCRETE & STORMWATER PRODUCTS, STEEL GRIDS AND PILLAR SUPPORT, SUPPLEMENTARY ROAD MARKING PRODUCTS,CHEMICALS (WEEDKILLER, THINNERS ETC.), CRACKSEAL & BURNER FUEL OIL“AS AND WHEN” REQUIRED BY THE JRA FOR A PERIOD OF THREE YEARS (36 MONTHS).

July 2020 Pricing Data

165

1.3. The price escalations based on the above calculation will only be considered on a quarterly basis for the duration of the contract

2. Furnish a breakdown of your price in terms of above-mentioned formula. The total of the various factors must add up to 100%. The indices used for each factor to calculate your bid price must be inserted as well and this will be deemed and used as the index figure at time of bidding as per the above-mentioned formula. Please use the indices for each factor as provided by statistics sa and indicate the date and the specific table from which you have stated the indices to be used in your price calculations (as well as for each quarterly price escalation consideration)

FACTOR (e.g., Labour,

transport etc.)

PRICE % OF BID

PRICE

INDEX TABLE

REFERENCE

DATE

SIGNATURE ……………………………………………… DATE ………………………………………………………

NAME OF BIDDER ……………………………………… CAPACITY ………………………………………………

Page 170:  · CONTRACT No. JRA/20/24 FOR PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY CONCRETE & …

The Contract (Volume 3)

Part 2: Pricing Data

CONTRACT No. JRA/20/24

PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY CONCRETE & STORMWATER PRODUCTS, STEEL GRIDS AND PILLAR SUPPORT, SUPPLEMENTARY ROAD MARKING PRODUCTS,CHEMICALS (WEEDKILLER, THINNERS ETC.), CRACKSEAL & BURNER FUEL OIL“AS AND WHEN” REQUIRED BY THE JRA FOR A PERIOD OF THREE YEARS (36 MONTHS).

July 2020 Pricing Data

166

C2.2: PRICING AND SCHEDULE OF QUANTITIES

PRICING SCHEDULE

NAME OF BIDDER ………………………………………………………………………………

SIGNATURE ……………………………………………………………… DATE ………

Page 171:  · CONTRACT No. JRA/20/24 FOR PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY CONCRETE & …

The Contract (Volume 3)

Part 3: Scope of Work

CONTRACT No. JRA/20/24

PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY CONCRETE & STORMWATER PRODUCTS, STEEL GRIDS AND PILLAR SUPPORT, SUPPLEMENTARY ROAD MARKING PRODUCTS,CHEMICALS (WEEDKILLER, THINNERS ETC.), CRACKSEAL & BURNER FUEL OIL“AS AND WHEN” REQUIRED BY THE JRA FOR A PERIOD OF THREE YEARS (36 MONTHS).

July 2020 Scope of Work

167

JOHANNESBURG ROADS AGENCY (SOC) LTD

CONTRACT No. JRA/20/24

FOR

PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD

CONSTRUCTION MATERIAL:SUPPLEMENTARY CONCRETE & STORMWATER

PRODUCTS, STEEL GRIDS AND PILLAR SUPPORT, SUPPLEMENTARY ROAD

MARKING PRODUCTS,CHEMICALS (WEEDKILLER, THINNERS ETC.), CRACKSEAL &

BURNER FUEL OIL“AS AND WHEN” REQUIRED BY THE JRA FOR A PERIOD OF

THREE YEARS (36 MONTHS).

Page 172:  · CONTRACT No. JRA/20/24 FOR PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY CONCRETE & …

The Contract (Volume 3)

Part 3: Scope of Work

CONTRACT No. JRA/20/24

PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY CONCRETE & STORMWATER PRODUCTS, STEEL GRIDS AND PILLAR SUPPORT, SUPPLEMENTARY ROAD MARKING PRODUCTS,CHEMICALS (WEEDKILLER, THINNERS ETC.), CRACKSEAL & BURNER FUEL OIL“AS AND WHEN” REQUIRED BY THE JRA FOR A PERIOD OF THREE YEARS (36 MONTHS).

July 2020 Scope of Work

168

PART C3 SCOPE OF WORK

PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD

CONSTRUCTION MATERIAL:SUPPLEMENTARY CONCRETE & STORMWATER

PRODUCTS, STEEL GRIDS AND PILLAR SUPPORT, SUPPLEMENTARY ROAD

MARKING PRODUCTS,CHEMICALS (WEEDKILLER, THINNERS ETC.), CRACKSEAL &

BURNER FUEL OIL“AS AND WHEN” REQUIRED BY THE JRA FOR A PERIOD OF

THREE YEARS (36 MONTHS).

Page 173:  · CONTRACT No. JRA/20/24 FOR PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY CONCRETE & …

The Contract (Volume 3)

Part 3: Scope of Work

CONTRACT No. JRA/20/24

PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY CONCRETE & STORMWATER PRODUCTS, STEEL GRIDS AND PILLAR SUPPORT, SUPPLEMENTARY ROAD MARKING PRODUCTS,CHEMICALS (WEEDKILLER, THINNERS ETC.), CRACKSEAL & BURNER FUEL OIL“AS AND WHEN” REQUIRED BY THE JRA FOR A PERIOD OF THREE YEARS (36 MONTHS).

July 2020 Scope of Work

169

JOHANNESBURG ROADS AGENCY (SOC) LTD

CONTRACT No. JRA/20/24

FOR

PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD

CONSTRUCTION MATERIAL:SUPPLEMENTARY CONCRETE & STORMWATER

PRODUCTS, STEEL GRIDS AND PILLAR SUPPORT, SUPPLEMENTARY ROAD

MARKING PRODUCTS,CHEMICALS (WEEDKILLER, THINNERS ETC.), CRACKSEAL &

BURNER FUEL OIL“AS AND WHEN” REQUIRED BY THE JRA FOR A PERIOD OF

THREE YEARS (36 MONTHS)

C3: SCOPE OF WORK

C3.1 SPECIAL CONDITIONS OF CONTRACT/TECHNICAL SPECIFICATIONS C3.2 GENERAL CONDITIONS AND SPECIFICATIONS

Page 174:  · CONTRACT No. JRA/20/24 FOR PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY CONCRETE & …

The Contract (Volume 3)

Part 3: Scope of Work

CONTRACT No. JRA/20/24

PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY CONCRETE & STORMWATER PRODUCTS, STEEL GRIDS AND PILLAR SUPPORT, SUPPLEMENTARY ROAD MARKING PRODUCTS,CHEMICALS (WEEDKILLER, THINNERS ETC.), CRACKSEAL & BURNER FUEL OIL“AS AND WHEN” REQUIRED BY THE JRA FOR A PERIOD OF THREE YEARS (36 MONTHS).

July 2020 Scope of Work

170

PART C3.1 SPECIAL CONDITIONS OF CONTRACT / TECHNICAL INFORMATION AND SPECIFICATIONS

C3.2 PART B GENERAL CONDITIONS AND SPECIFICATIONS

B. BID SPECIFICATIONS

The following are general conditions of contract pertaining to JRA Contracts in general. Some clauses apply to this bid while others have been superseded by the special conditions of contract in Part A after this section.

Where there is a conflict in clauses between the general conditions of contract given here with the special conditions of contract given in the PREVIOUS section (C3.1 PART A), then the special conditions of contract (C3.1 PART A) take precedence.

B.1 Project Overview

8. BACKGROUND The Johannesburg Roads Agency (JRA) is a municipal owned company established by the City of Johannesburg in South Africa. We are responsible for the construction and maintenance of road infrastructure within the City of Johannesburg. The JRA intends to enter into a contract with an eligible supplier/s for the provision for the supply, delivery and offloading of road construction material for the below categories:

6. Category 1: Supplementary Concrete and Stormwater Products, 7. Category 2: Steel grids and Pillar Supports 8. Category 3: Supplementary Road Marking Products, 9. Category 4: Chemicals (Weedkiller, Thinners Etc.) 10. Category 5: Crackseal and Burner Fuel Oil

The contract will be on an “as and when” required basis by the JRA head office and Depots for a period of three years (36 months). The goods and services to be supplied and delivered are those specific items described and listed under various categories in the tables below. 9. THE JRA RESERVES THE RIGHT:

k. To cancel and / or terminate the bid process at any stage, including after the closing date and or after the presentation has been made, and / or after the bid have been evaluated and / or after the preferred bidder/s have been notified of their status of such;

l. To cancel and/or terminate the contract or part thereof, post the award/s with consultation with the Supplier if is deemed necessary

m. Not to award or cancel this tender at any time and shall not be bond to accept the lowest or any bid. n. To negotiate with one or more preferred bidder/s identified in the evaluation process, regarding any

terms and conditions, including prices without offering the same opportunity to any other bidder/s who has not been awarded the status of the preferred bidder/s.

o. To accept part of the tender rather than the whole tender

Page 175:  · CONTRACT No. JRA/20/24 FOR PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY CONCRETE & …

The Contract (Volume 3)

Part 3: Scope of Work

CONTRACT No. JRA/20/24

PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY CONCRETE & STORMWATER PRODUCTS, STEEL GRIDS AND PILLAR SUPPORT, SUPPLEMENTARY ROAD MARKING PRODUCTS,CHEMICALS (WEEDKILLER, THINNERS ETC.), CRACKSEAL & BURNER FUEL OIL“AS AND WHEN” REQUIRED BY THE JRA FOR A PERIOD OF THREE YEARS (36 MONTHS).

July 2020 Scope of Work

171

p. To award a tender based on which bidder is offered the best value for money, even if such tender is not the lowest priced tender.

q. To terminate or amend the requirements of this contract at any point during the life cycle of the contract.

r. To appoint a reserve bidder that can be utilised at any time during the contract when necessary. s. To award contracts to more than one Supplier for the same item. t. To award the bid per category, complete group or per item however preference will be given to

Bidders that bid for all groups and items. 10. QUANTITIES

c) Quantities are indefinite, figures provided in the pricing schedule are projections based on previous usage and purely for evaluation purposes does not provide any guarantee whatsoever to the supplier in terms of the quantity of goods required for the duration of the contract

d) The Supplier shall be required to supply whatever quantities the JRA shall require during the period of the contract; in this case “as and when” required for a period of three years (36 months), irrespective of the extent by which the total quantities ordered may vary from those stated, if any.

11. TIME AND METHOD OF DELIVERY l) Orders will be issued during the period commencing from date of award stating the quantities required

by the JRA. m) The JRA reserves the right not to order some items listed in the bid document during the contract

period n) Road Construction Material must be delivered and offloaded only during working hours (i.e. 08:00 to

15:00) Monday to Friday (no material will be received on Saturday, Sundays and Public holidays) when ordered upon an official letter, purchasing order or form of order issued by the JRA or as amended from time to time by the JRA. Road Construction Material delivered outside the above period will not be accepted.

o) If necessary, the Supplier will be permitted to deliver and offload Road Construction Material to the specified JRA offices and depots within the region of the City of Johannesburg, outside the above working hours with no additional payment.

p) All Road Construction Material must be supplied and delivered as and where required and as directed by the JRA Official in charge.

q) Delivery instructions by means of a formal purchasing order will be issued by a JRA representative stating the quantities of Road Construction Material required, rates and places of delivery.

r) The place of delivery shall be at various Johannesburg Roads Agency offices and depots within the region of the City of Johannesburg inter alia to those specified in the table below:

DEPOT / OFFICE PHYSICAL ADDRESS

Avalon (Region G) Calanduler Road, Klipspruit West/ Next to Avalon Cemetery

Asphalt Plant 8 Spring Street, Ophirton

Benrose 185 Main Road, Newtown

Dobsonville (Region D) 2 Jonas Moabi Street, Dobsonville

Page 176:  · CONTRACT No. JRA/20/24 FOR PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY CONCRETE & …

The Contract (Volume 3)

Part 3: Scope of Work

CONTRACT No. JRA/20/24

PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY CONCRETE & STORMWATER PRODUCTS, STEEL GRIDS AND PILLAR SUPPORT, SUPPLEMENTARY ROAD MARKING PRODUCTS,CHEMICALS (WEEDKILLER, THINNERS ETC.), CRACKSEAL & BURNER FUEL OIL“AS AND WHEN” REQUIRED BY THE JRA FOR A PERIOD OF THREE YEARS (36 MONTHS).

July 2020 Scope of Work

172

Hamberg (Region C) 159 Hamberg Road,Hamberg

Main Stores 9 Stephens Road, Ophirton

Midrand (Region A) 6 Dale Road, Glen Austin

Motorways Corner End and Meikle Streets, City & Suburban

Norwood (Region E) 15 Short Street, Corner Short & PineOrchards

RSD 9 Steven Road, Ophirton, Booysens

Strydompark (Region B) Corner Hans Strydom and Hans Schoeman Roads, Strydompark

Traffic Marking Central 1 Goch Street, Corner Main Street, Newtown

Traffic Marking North 5 Commerce Crescent, West, East Gate, Extension 13

Traffic Marking South Corner End and Meikle Streets, City & Suburban

Waterval (Region B) Corner Johannes and Alberts Streets, Albertsville

Zandfontein (Region E) 5 Commerce Crescent, West, East Gate, Extension 13

Traffic Signals & Markings 1 Goch Street, Corner Main Street, Newtown

Fleet and Plant Depot 350 Albertina Sisulu Street, Fordsburg

Head Office 75 Helen Joseph Street, Newtown Johannesburg

s) Road Construction Material must not be delivered to the specified office until the quantity has been

checked by the responsible JRA official in charge and accepted as correct. Road Construction Material delivered without this provision being complied with, must be removed immediately at the Supplier’s expense.

t) All Road Construction Material to be delivered and offloaded must be adequately and appropriately packed, crated, battened and/or covered securely in such a manner as to prevent damage and ensure that the quality levels during loading, transport and off-loading are maintained; unless otherwise specified packing cases and packing materials are included in the purchase price and shall be and remain the property of the JRA.

u) Bidders should ensure that they sufficient resources for offloading of material as it will be their sole responsibility to ensure offloading is done without the assistance of JRA personnel.

v) All deliveries of Road Construction Material shall be accompanied by a delivery note giving the mass as well as the volume of the load and no deliveries will be accepted without this information. Each load shall have its mass determined on an assigned mass measuring bridge. The Supplier shall ensure that an authorized employee of the JRA has taken receipt of each delivery of Road Construction Material.

Page 177:  · CONTRACT No. JRA/20/24 FOR PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY CONCRETE & …

The Contract (Volume 3)

Part 3: Scope of Work

CONTRACT No. JRA/20/24

PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY CONCRETE & STORMWATER PRODUCTS, STEEL GRIDS AND PILLAR SUPPORT, SUPPLEMENTARY ROAD MARKING PRODUCTS,CHEMICALS (WEEDKILLER, THINNERS ETC.), CRACKSEAL & BURNER FUEL OIL“AS AND WHEN” REQUIRED BY THE JRA FOR A PERIOD OF THREE YEARS (36 MONTHS).

July 2020 Scope of Work

173

12. QUALITY STANDARDS SANS standards as well as all other related standards to be complied with notwithstanding any further

standards to be disclosed by the bidder/supplier to the JRA in the table provided (Forms to be filled).

Certificates of compliance to such standards disclosed to the JRA must accompany the bid and be attached

on the page provided (Forms to be filled) should there be such in existence

13. DESCRIPTION OF REQUIRED GOODS AND RELATED SPECIAL CONDITIONS

13.1 CATEGORY 1: SUPPLEMENTARY CONCRETE AND STORMWATER PRODUCTS

GROUP A: KERBS

NO. DESCRIPTION 1 SIZE SPECIFICATION UOM

10. MOUNTABLE KERBS (FIGURE 8B)

1000 X 300 X 150 (FIG8B) HEAVY DUTY KERBS .SANS STANDARD CLASS 25/13.2MM: 25MPA CONCRETE WITH 13.2MM AGGREGATES STONES, CURED FOR 28 DAYS OR MORE

EACH

11. HALF BATTERED KERBS (FIGURE 5)

330 X 75 X 280 MM (FIG5) EACH

12. SEMI-MOUNTABLE KERBS (FIGURE 7)

330 X 180 X 280( FIG7) EACH

13. CORNER KERBS (FIGURE 8) 300 X 300 X 175 (FIG 8) EACH

14. SEMI-MOUNTABLE KERBS (FIGURE 7)

1000 X 180 X 280 (FIG7) EACH

15. PAVING EDGE KERBS (FIGURE 12)

750 X 75 X 150 (FIG12) EACH

16. PAVING EDGE KERBS (FIGURE 12)

500 X 75 X 150 (FIG12) EACH

17. MOUNTABLE KERBS (FIGURE 8B)

1000 X 300 X 200 ( FIG8B)

EACH

18. MOUNTABLE KERBS (FIGURE 8C)

330 X 300 X 200 (FIG8C) EACH

Page 178:  · CONTRACT No. JRA/20/24 FOR PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY CONCRETE & …

The Contract (Volume 3)

Part 3: Scope of Work

CONTRACT No. JRA/20/24

PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY CONCRETE & STORMWATER PRODUCTS, STEEL GRIDS AND PILLAR SUPPORT, SUPPLEMENTARY ROAD MARKING PRODUCTS,CHEMICALS (WEEDKILLER, THINNERS ETC.), CRACKSEAL & BURNER FUEL OIL“AS AND WHEN” REQUIRED BY THE JRA FOR A PERIOD OF THREE YEARS (36 MONTHS).

July 2020 Scope of Work

174

GROUP B: KI TOPS AND SLABS

NO. DESCRIPTION 1 SIZE SPECIFICATION UOM

7. KI TOPS SLABS WITH SERVICE HOLES

1980 X 1000 X 100 SANS STANDARD CLASS 25/13.2MM: 25MPA CONCRETE WITH 13.2MM AGGREGATES, CURED FOR 28 DAYS OR MORE. WELDED MESH WIRE REF NO: 617/ ALTERNATIVELY Y10 @200 C/C

EACH

8. KI TOPS SLABS WITH SERVICE HOLES

1800 X 600 X 100 EACH

9. SLABS HALVE 1070 X 450 X 100 EACH

10. PEDESTRIAN RAMP

BLOCKS 450 X 450 X 50 EACH

11. KERB INTAKE COVER SLABS

(PLAIN) WITH SLING HOLE 1200 X 600 X 100 EACH

12.

HEAVY DUTY INTAKE

SLABS (PLAIN) WITH SLING

HOLES)

1980 X 1070 X 90 EACH

GROUP C: STORMWATER PRODUCTS

NO. DESCRIPTION 1 DESCRIPTION 2 UOM

5. GEO PIPES PVC, 110MM X 6M, (SUBSOIL) EACH

6. PIPE

SUB SOIL PIPE 150*6M EACH

7. SUB SOIL CLOTH

SUB SOIL CLOTH 150*5.3*10M EACH

8. GABION MATTRESS BOXES (2X1X.3) 2M LONG X 1M WIDE X 3M HIGH, HEXAGONAL

WOVEN WIRE MESH, HEAVILY ZINC COATED

AND PVC COATED WIRE

EACH

GROUP D: MISCELLANEOUS PRODUCTS

NO. DESCRIPTION 1 DESCRIPTION 2 UOM

6. CEMENT 50KG, 42.5N PORTLAND CEMENT BAG

7. CONCRETE PREMIX 25KG BAGS, CLASS 19 / 20 (20 MPA) BAG

8. LIME 25KG, HYDRATED LIME FOR SOIL STABILIZATION

BAG

9. RIVER SAND BAGS 25 KG WASHED BAG

10. BRICKS CLAY, 222 X 90 X 73 MM, 30 MPA STRENGTH,

8-10% WATER ABSORPTION EACH

13.1.1 SAMPLES TESTING AND ACCEPTANCE

l) The JRA reserves the right to request samples of specific items from shortlisted bidders

Page 179:  · CONTRACT No. JRA/20/24 FOR PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY CONCRETE & …

The Contract (Volume 3)

Part 3: Scope of Work

CONTRACT No. JRA/20/24

PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY CONCRETE & STORMWATER PRODUCTS, STEEL GRIDS AND PILLAR SUPPORT, SUPPLEMENTARY ROAD MARKING PRODUCTS,CHEMICALS (WEEDKILLER, THINNERS ETC.), CRACKSEAL & BURNER FUEL OIL“AS AND WHEN” REQUIRED BY THE JRA FOR A PERIOD OF THREE YEARS (36 MONTHS).

July 2020 Scope of Work

175

m) The bidder will be handed a receipt for samples delivered n) Failure to submit samples as required will render the bidder liable to rejection on the ground of being

incomplete o) The sample/s furnished by the bidder must comply with the specifications as specified within the

Technical information and specification or else the bid will be rejected on the basis of non- compliance p) Should the samples furnished by the bidder be correct as per the specifications provided and

required, it will be retained and should the bidder be successful, all future deliveries post appointment must be in strict accordance with the samples furnished, upon shortlisting

q) The sampling method used to identify and validate the specifications of the sample/s provided will be strictly in accordance with sampling methods for Concrete Products as used by the JRA

r) The JRA reserves the right to sample and test the product delivered post appointment of the Supplier and no charge shall be made by the Supplier for the items removed as samples

s) From time to time during the contract period, samples of Concrete Products will be withdrawn from batches supplied by the Supplier and checked for compliance with the original samples submitted to the JRA and with the information on the Technical Data Sheet provided

t) If the samples fail to comply in any respects with the original sample submitted provided, the batch from which the sample taken shall be rejected and must be removed at once at the Supplier’s expense.

u) All Concrete Products test to be carried out by the supplier at his/her own cost v) NOTE: Certain fine grained sand and stone originating from the Beaufort Series and Karoo Systems

which are known by reputation, local experience or tests, to exhibit excessive shrinkage when used in concrete, are unacceptable by the Johannesburg Roads Agency or his duly authorized representative.

13.1.2 THE APPLICABLE STANDARDIZED SPECIFICATIONS – CONCRETE PRODUCTS c) The Standard Specifications for all associated civil work applicable to this Contract shall be: d) SANS Description

28 : Metal ties for cavity walls (1986) 227 : Burnt clay masonry units (2007) 282 : Bending dimensions and scheduling of steel reinforcement for concrete (2004) 523 : Limes for use in building (2007) 558 : Cast iron surface boxes and manhole and inspection covers and frames (1973) 674 : 2008 920 : Steel bars for concrete reinforcement (2005) 1024 : Welded steel fabric for reinforcement of concrete (2006) 3001 : Aggregates from natural sources - Aggregates for concrete (2016) 3001 : Aggregates from natural sources - Fine aggregates for plaster and mortar (2016) 1200 A : General (1986) 1200 G : Concrete (Structural) (1982) 1200 GA : Concrete (Small works) (1982) 1200 GE : Precast Concrete (1984) 50196 : Portland cement exbidders Part 1: Ground granulated blast-furnace slag 50196 : Portland cement exbidders Part 2: Fly ash (2006) 50196 : Portland cement exbidders Part 3: Condensed Silica fume (2006) 50196 : Cement - Part 1: Composition, specifications and conformity criteria for common EN 197-1 cement 3001 : Presence of chlorides in aggregates 3001 : Concrete tests - Sampling of freshly mixed concrete (2016)

Page 180:  · CONTRACT No. JRA/20/24 FOR PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY CONCRETE & …

The Contract (Volume 3)

Part 3: Scope of Work

CONTRACT No. JRA/20/24

PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY CONCRETE & STORMWATER PRODUCTS, STEEL GRIDS AND PILLAR SUPPORT, SUPPLEMENTARY ROAD MARKING PRODUCTS,CHEMICALS (WEEDKILLER, THINNERS ETC.), CRACKSEAL & BURNER FUEL OIL“AS AND WHEN” REQUIRED BY THE JRA FOR A PERIOD OF THREE YEARS (36 MONTHS).

July 2020 Scope of Work

176

3001 : Concrete tests - Consistence of freshly mixed concrete - Slump test (2016) 3001 : Concrete tests - Compressive strength of hardened concrete (2016) 3001 : Concrete tests - Compressive strength of hardened concrete (2016) 3001 : Concrete tests - The drilling, preparation, and testing for compressive strength of

cores taken from hardened concrete (2016)

All the above documents are not issued with this volume but are available at the Supplier’s

expense available from: SANS

13.2 CATEGORY 2: STEEL GRIDS

GROUP A: STEEL GRIDS AND PILLAR SUPPORT

NO. DESCRIPTION 1 DESCRIPTION 2 UOM

10. STEEL PILLAR 140 MM HIGH, STEEL PILLAR SUPPORTS (DETAILS ON FIGURE 1)

EACH

11. STEEL GRID 1000 X 500 X 50 MM GALVANIZED EACH

12. STEEL GRID 1000 X 350 MM GALVANIZED EACH

13. STEEL GRID 880 X 600 MM, GALVANIZED EACH

14. STEEL GRID 1600 X 450 MM, STEEL GRID FOR GRID INLETS, GALVANIZED

EACH

15. STEEL GRID 1600 X 450 MM, DOUBLE HINGED STEEL GRIDS, GALVANIZED

EACH

16. STEEL GRID 600 X 880 MM, HINGED STEEL GRIDS, GALVANIZED

EACH

17. STEEL GRID 1600 X 456 MM, STEEL GRIDS GALVANIZED EACH

18. STEEL ROUND BAR R 10MM DIAMETER X 6M EACH

Figure 1: Kerb Inlet Support

Page 181:  · CONTRACT No. JRA/20/24 FOR PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY CONCRETE & …

The Contract (Volume 3)

Part 3: Scope of Work

CONTRACT No. JRA/20/24

PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY CONCRETE & STORMWATER PRODUCTS, STEEL GRIDS AND PILLAR SUPPORT, SUPPLEMENTARY ROAD MARKING PRODUCTS,CHEMICALS (WEEDKILLER, THINNERS ETC.), CRACKSEAL & BURNER FUEL OIL“AS AND WHEN” REQUIRED BY THE JRA FOR A PERIOD OF THREE YEARS (36 MONTHS).

July 2020 Scope of Work

177

Page 182:  · CONTRACT No. JRA/20/24 FOR PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY CONCRETE & …

The Contract (Volume 3)

Part 3: Scope of Work

CONTRACT No. JRA/20/24

PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY CONCRETE & STORMWATER PRODUCTS, STEEL GRIDS AND PILLAR SUPPORT, SUPPLEMENTARY ROAD MARKING PRODUCTS,CHEMICALS (WEEDKILLER, THINNERS ETC.), CRACKSEAL & BURNER FUEL OIL“AS AND WHEN” REQUIRED BY THE JRA FOR A PERIOD OF THREE YEARS (36 MONTHS).

July 2020 Scope of Work

178

13.3 CATEGORY 3: SUPPLEMENTARY ROAD MARKING PRODUCTS

GROUP A: ROAD MARKING PRODUCTS

NO. DESCRIPTION 1 DESCRIPTION 2 UOM

11. PAINT UNDERCOAT 5LT LITER

12. PAINT PRIMER, 5LT LITER

13. PAINT BLACK ENEMEL 5LT LITER

14. PAINT GREY ENAMEL 5LT LITER

15. PAINT SILVER ALUMINUM ENAMEL 5LT LITER

16. PAINT WHITE ENAMEL 5LT LITER

17. PAINT RED ENAMEL 5LT LITER

18. PAINT YELLOW ENAMEL 5LT LITER

19. SEALANT 550W ELASTIC GREY 20L LITER

20. GLASSBEADS CKS192 X 25KG KG

13.3.1 ACCEPTANCE OF ROAD MARKING PRODUCTS SUPPLIED AND DELIVERED c) The paint supplied must be of good quality and ensure compliance with the latest issue of SANS

Specifications d) The bidder must submit the Technical Data Sheet attached including the test methods used on

their products. This will indicate whether the paint items supplied, is in compliance with the SANS standards or not.

13.3.2 GENERAL SPECIFICATIONS FOR ENAMEL PAINT h) The high gloss enamel paints must have an outdoor life of 5 years and more and must be

suitable for applications to both interior and exterior primed timber, metal work and painted/unpainted concrete kerbs

i) The black enamel paint is required to be a general-purpose paint type for use as a protective coating on site, wood and concrete surfaces exposed to moderately corrosive environments

j) The undercoating and primer is required for brush application to timber, metal work, and painted/unpainted kerbs. It must be suitable for both interior and exterior surfaces

k) Colour for enamel paint must comply with SANS 1091 and are as follows:

• White

• Post Office Red

• Golden Yellow

• Battleship Grey

• Silver Aluminium

• Black

Page 183:  · CONTRACT No. JRA/20/24 FOR PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY CONCRETE & …

The Contract (Volume 3)

Part 3: Scope of Work

CONTRACT No. JRA/20/24

PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY CONCRETE & STORMWATER PRODUCTS, STEEL GRIDS AND PILLAR SUPPORT, SUPPLEMENTARY ROAD MARKING PRODUCTS,CHEMICALS (WEEDKILLER, THINNERS ETC.), CRACKSEAL & BURNER FUEL OIL“AS AND WHEN” REQUIRED BY THE JRA FOR A PERIOD OF THREE YEARS (36 MONTHS).

July 2020 Scope of Work

179

l) Post Office Red colour must comply with the latest issue of CKS 279 / D30 m) Tinting of the white base paints in order to obtain various pastel shades must be possible n) The paints submitted must show good colour stability

13.3.2.1 ODOUR:

b) The odour of the paint supplied, must not be excessively pungent or disagreeable both in the container and during application.

13.3.2.2 APPLICATION: c) The paint must be supplied in a ready-mixed condition and must flow and spread easily and

show no excessive pull under the brush. The dried film must be free of brush marks, lapping streaks or other surface imperfections

d) The paint must be supplied ready mixed and suitable for both brush and roller application. When applied to both vertical and horizontal surfaces, it must flow evenly and show good levelling properties. The dry film must show good adhesion and be free from brush marks, lapping streaks, sage or other surface imperfections

13.3.3 WATER SOLUBLE ACRYLIC MASONARY SEALER PRIMER

13.3.3.1 GENERAL c) The paint supplied must be for application to both painted and unpainted concrete kerbs, all of

which have weathered for some years

13.3.3.2 COLOUR b) The colours required by the JRA must comply with SANS 1091 and are as follows:

iii. White iv. Black

d) Further to the above colours the bidder must supply a list of any further colours that can be supplied, if required, at the quoted price

13.3.3.3 COMPOSITION AND QUALITY e) The paint supplied, must be of good quality, fungus resistant and will be expected to have a

life of five years and more. f) The paint supplied, must comply with the latest issue of SANS specification 634 / 1416: 2013. g) The pigments of the tints used must be fast to both alkali and light. Preservatives, stabilizers,

thickening, antifoam and dispersing agents may be included h) The quality of components present, which are volatile at 105⁰C, must not exceed 50%

13.3.3.4 CONDITION, STORAGE AND ODOUR b) The paint supplied, must not have an offensive odour and must not have any lumps or exhibit

any separation of liquid or excessive settlement that cannot be readily re – dispersed from time of delivery up to six month’s storage, under normal conditions in a fully closed container

13.3.3.5 APPLICATION

Page 184:  · CONTRACT No. JRA/20/24 FOR PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY CONCRETE & …

The Contract (Volume 3)

Part 3: Scope of Work

CONTRACT No. JRA/20/24

PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY CONCRETE & STORMWATER PRODUCTS, STEEL GRIDS AND PILLAR SUPPORT, SUPPLEMENTARY ROAD MARKING PRODUCTS,CHEMICALS (WEEDKILLER, THINNERS ETC.), CRACKSEAL & BURNER FUEL OIL“AS AND WHEN” REQUIRED BY THE JRA FOR A PERIOD OF THREE YEARS (36 MONTHS).

July 2020 Scope of Work

180

c) The paint/material must be easy to apply by brush or roller and possess good flow, spreading and joining properties

d) The paint must dry to a uniformly hard, smooth film, which adheres well and can be satisfactorily recoated by brushing or roller coating

13.3.3.6 THINNING b) The paint must be supplied ready for use by brush or roller application. No further addition of

water/thinners must be necessary

13.3.4 PACKAGING AND CONTAINERS/TINS/DRUMS f) All paint items supplied, must be done so in safe and secure containers/tins/drums that are

approved by the SANS for packaging and storage of paint products and must comply with Clause 10 of the SCC, below

g) Defective, leaking and/or non-compliant containers/tins/drums will not be accepted and must be replaced by the Supplier at the Suppliers expense

h) All containers/tins/drums must be clearly marked with the letters “JRA” and the supplier must ensure that the containers/tins/drums have a single unique colour that will indicate that the specific container/tin/drum is the property of the JRA.

i) In addition, all containers/tins/drums must be labelled with the following information: o “JRA property” o Product description o Brand name o Supplier’s name o Direction for use (where applicable) o Batch identification mark/code (may be the order and contract number)

j) All empty containers/tins/drums must be collected from the JRA store, office and/or depot at which they were delivered within 7 days, after issue of notification to the Supplier of empty containers/tins/drums being available for the collection and disposal thereof, as per ICO 14000 guidelines at no extra cost to the JRA

Page 185:  · CONTRACT No. JRA/20/24 FOR PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY CONCRETE & …

The Contract (Volume 3)

Part 3: Scope of Work

CONTRACT No. JRA/20/24

PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY CONCRETE & STORMWATER PRODUCTS, STEEL GRIDS AND PILLAR SUPPORT, SUPPLEMENTARY ROAD MARKING PRODUCTS,CHEMICALS (WEEDKILLER, THINNERS ETC.), CRACKSEAL & BURNER FUEL OIL“AS AND WHEN” REQUIRED BY THE JRA FOR A PERIOD OF THREE YEARS (36 MONTHS).

July 2020 Scope of Work

181

13.4 CATEGORY 4: CHEMICALS (WEEDKILLER, THINNERS ETC.)

GROUP A: CHEMICALS

NO. DESCRIPTION 1 DESCRIPTION 2 UOM

7. THINNERS LACQUER - 5 LITERS, 100% MINERAL SPIRITS, SUITABLE FOR USE ON TOOLS AND BRUSHES

EACH

8. TURPENTINE OIL PAINT THINNER, CLEANER, 500ML EACH

9. TOLUENE 210 LITERS EACH

10. THERMAL OIL 320 AND 220 DRUMS EACH

11. WEEDKILLER

GLYPHOSATE, 20L, CONCENTRATE OR SIMILAR

EACH

12. WEEDKILLER

25KG SPIKE GR 50 POWDER POISON FOR WEED KILLING

EACH

13.4.1 ACCEPTANCE OF BURNER FUEL OIL SUPPLIED AND DELIVERED

c) The bidder must ensure that all items supplied, comply with the relevant specifications/standards provided in the table above.

d) Bidders must provide comprehensive technical data sheets for chemicals items in category 4 together with the bid document.

13.4.2 SAFETY n) Safe storage data and instruction manuals must be provided and accompany the items; by the

Supplier to the JRA official upon delivery. These safety storage data and instructions must be explained and demonstrated to the JRA official present

o) Material safety data sheets (MSDS) must be provided and accompany the items, by the Supplier (i.e. as the weed killer consists of chemicals and or possible hazardous / harmful substances) and explained to the JRA official present

p) Due to the items being of a chemical nature and/or possible hazardous / harmful chemical makeup; the Supplier must ensure that a chemical formula breakdown sheet is provided and accompany any of such mentioned items and that these are explained to the JRA official present

q) Safe operating procedures must be provided and accompany the items, by the Supplier and these must be explained to the JRA official present

r) A complete list of all the safety related documentation, if required must be provided by the Supplier

Page 186:  · CONTRACT No. JRA/20/24 FOR PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY CONCRETE & …

The Contract (Volume 3)

Part 3: Scope of Work

CONTRACT No. JRA/20/24

PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY CONCRETE & STORMWATER PRODUCTS, STEEL GRIDS AND PILLAR SUPPORT, SUPPLEMENTARY ROAD MARKING PRODUCTS,CHEMICALS (WEEDKILLER, THINNERS ETC.), CRACKSEAL & BURNER FUEL OIL“AS AND WHEN” REQUIRED BY THE JRA FOR A PERIOD OF THREE YEARS (36 MONTHS).

July 2020 Scope of Work

182

13.5 CATEGORY 5: CRACKSEAL AND BURNER FUEL OIL

13.5.1 CRACKSEAL

13.5.1.1 ACCEPTANCE OF POLYMER MODIFIED CRACK SEALANT SUPPLIED AND DELIVERED s) The crackseal required shall be Modified Binder Crack Sealant, Code: TG 1-2015 t) It is the responsibility of the Supplier to ensure that all Polymer Modified Crack Sealant supplied,

delivered and offloaded conforms to the specifications provided above, is in accordance to those in the pricing schedule and is appropriate or else will be rejected

u) The bidder must supply comprehensive details of any proprietary products so that such products can be evaluated during the adjudication of tenders and if not, these will be rejected

v) Preference will be given to products supplied in a form ready for use w) In compliance with NEMA, No TAR products will be accepted x) Samples of Polymer Modified Crack Sealant items will be taken by the JRA’s representative

and evaluated in accordance with the relevant TG 1-2015, other related and/or JRA standard specification or such a standard as preferred by the JRA on an ad hoc basis. If the sample fails to comply with the specification as deemed by such an individual, the group from which the sample was taken will be rejected and must be returned immediately at the Supplier’s expense.

y) In addition to the above, the Polymer Modified Crack Sealant supplied and delivered must comply to the following technical data (as per the code/s mentioned below):

z) Each bidder must complete the relevant portions of the Technical Data Sheet in respect of the product offered (provided within the functional evaluation section of the bid). Preference will be given to products for which full technical data is furnished especially in respect of product/s not generally in wide spread use either by the Council or other road authorities.

13.5.1.2 PACKAGING

b) The Polymer Modified Crack Sealant must be packaged in 25 litre tins

13.5.1.3 SAMPLES AND TESTING p) The JRA reserves the right to request samples of specific items from those bidders

PROPERTY

UNIT CLASS

C-E1 CC-E1 C-R1

Softening point deg. C >80 >80 55-65

Elastic Recovery @ 15 deg. C % >80 >60 -

Dynamic viscosity @ 190 deg. C dPa.s - - 20-40

Dynamic viscosity @ 165 deg. C Pa.s <0.65 - -

Dynamic viscosity @ 25 deg. C Pa.s - <0.8 -

Resilience @ 25 deg.C % - - 13-40

Flow Mm - - 15-70

Binder content (m/m) % - >55 -

Page 187:  · CONTRACT No. JRA/20/24 FOR PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY CONCRETE & …

The Contract (Volume 3)

Part 3: Scope of Work

CONTRACT No. JRA/20/24

PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY CONCRETE & STORMWATER PRODUCTS, STEEL GRIDS AND PILLAR SUPPORT, SUPPLEMENTARY ROAD MARKING PRODUCTS,CHEMICALS (WEEDKILLER, THINNERS ETC.), CRACKSEAL & BURNER FUEL OIL“AS AND WHEN” REQUIRED BY THE JRA FOR A PERIOD OF THREE YEARS (36 MONTHS).

July 2020 Scope of Work

183

q) The bidder must send samples of the required product (the specific product being that as stipulated in the table in Clause 12 above) for testing to the Asphalt Plant - Materials Laboratory, 8 Spring Street, Ophirton. Contact: John Ash (011 556 5300) at any time between the closing of tenders and the awarding of the contract.

r) The following sample/s must be supplied by the Supplier: o A 5 litre sample of the Polymer Modified Crack Sealant

s) The bidder will be handed a receipt for materials/samples delivered t) Those samples delivered must be in a package form that is robust and clean and is to be

clearly marked or labelled indicating the contract number, name of bidder and contact number and the product contained therein

u) Failure to submit samples as required will render the bidder liable to rejection on the ground of being incomplete

v) The sample/s furnished by the bidder must comply with the specifications as specified within the Technical data sheet or else the bid will be rejected on the basis of non- compliance

w) Should the samples furnished by the bidder be correct as per the specifications provided and required, it will be retained and should the bidder be successful, all future deliveries post appointment must be in strict accordance with the samples furnished, upon shortlisting

x) The sampling method used to identify and validate the specifications of the sample/s provided will be strictly in accordance with sampling methods for Polymer Modified Crack Sealant as used by the JRA

y) The JRA reserves the right to sample and test any or all of the items specified on the pricing schedule delivered post appointment of the Supplier and no charge shall be made by the Supplier for the items removed as samples.

z) From time to time during the contract period, samples of Polymer Modified Crack Sealant will be withdrawn from batches supplied by the Supplier and checked for compliance with the original samples submitted to the JRA and with the information on the Technical Data Sheet provided

aa) If the samples fail to comply in any respects with the original sample submitted and with the information on the Technical Data Sheet provided, the batch from which the sample was taken shall be rejected and must be removed at once at the Supplier’s expense.

bb) Each consignment will be held by the JRA holding store until the result is known and payment will only be made after satisfactory test results have been obtained

cc) The tests mentioned above will be conducted where required by the JRA on the samples provided and or withdrawn from batches delivered to the JRA where the samples will be subjected to practical application tests and they will be further tested according to those testing methods as specified within TG 1-2015, where applicable

dd) In addition, no test Polymer Modified Crack Sealant refunds will be considered and the Supplier shall be liable for the cost of such tests

13.5.1.4 SAFETY g) All Polymer Modified Crack Sealant supplied, delivered and offloaded to the JRA must be

done so within the correct safety procedures so as not to cause any damage, safety risks or harm to any person involved either from the Supplier or the JRA.

h) Safe storage data and instruction manuals must be provided and accompany the Polymer Modified Crack Sealant, if required; by the Supplier to the JRA official upon delivery. These safety storage data and instructions must be explained and demonstrated to the JRA official present.

Page 188:  · CONTRACT No. JRA/20/24 FOR PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY CONCRETE & …

The Contract (Volume 3)

Part 3: Scope of Work

CONTRACT No. JRA/20/24

PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY CONCRETE & STORMWATER PRODUCTS, STEEL GRIDS AND PILLAR SUPPORT, SUPPLEMENTARY ROAD MARKING PRODUCTS,CHEMICALS (WEEDKILLER, THINNERS ETC.), CRACKSEAL & BURNER FUEL OIL“AS AND WHEN” REQUIRED BY THE JRA FOR A PERIOD OF THREE YEARS (36 MONTHS).

July 2020 Scope of Work

184

i) Material safety data sheets (MSDS) must be provided and accompany the Polymer Modified Crack Sealant if required, by the Supplier (i.e. any items consisting of chemicals and or possible hazardous / harmful substances) and explained to the JRA official present.

j) As the delivery is of items of a chemical nature and/or possible hazardous / harmful chemical makeup; the Supplier must ensure that a chemical formula breakdown sheet is provided and accompany the Polymer Modified Crack Sealant and that these are explained to the JRA official present.

k) Safe operating procedures must be provided and accompany the , by the Supplier and these must be explained to the JRA official present

l) A complete list of all the safety related documentation to be provided must be indicated

13.5.2 BURNER FUEL OIL

13.5.2.1 ACCEPTANCE OF BURNER FUEL OIL SUPPLIED AND DELIVERED c) The Burner fuel oil supplied shall be in the in accordance with the below technical data:

PROPERTY UNITS TYPICAL RESULT LIMITS TEST METHOD

Water Content Mass % 0.39 0.5 Max ASTM D4377

Density @ 200c Kg/l 0.94 Report ASTM D1298

Flash Point 0c >90 65 Min ASTM D93

Ash Content Mass % 1.57 2 Max ASTM D482

Viscosity @ 200c cSt 511 Report ASTM D7042

Sulphur Mass % 1.5 2 Max ASTM D4294

d) The Bidder must provide a laboratory report from and SANAS accredited laboratory inclusive

of comprehensive technical data sheets together with the bid document: o The technical data specifications of the products must be as per the Technical data

tables provided above (should match the report that is to be submitted/attached with the bid). None compliance to the above standards will result the bid as non-responsive.

Page 189:  · CONTRACT No. JRA/20/24 FOR PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY CONCRETE & …

The Contract (Volume 3)

Part 3: Scope of Work

CONTRACT No. JRA/20/24

PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY CONCRETE & STORMWATER PRODUCTS, STEEL GRIDS AND PILLAR SUPPORT, SUPPLEMENTARY ROAD MARKING PRODUCTS,CHEMICALS (WEEDKILLER, THINNERS ETC.), CRACKSEAL & BURNER FUEL OIL“AS AND WHEN” REQUIRED BY THE JRA FOR A PERIOD OF THREE YEARS (36 MONTHS).

July 2020 Scope of Work

185

13.5.2.2 DELIVERY c) A laboratory report from an SANAS accredited laboratory must also accompany each

delivery and must clearly indicate: o The technical data specifications of the products being delivered as per the Technical

data tables provided (should match the report that is to be submitted/attached with the bid)

d) All Burner Fuel Oil to be delivered and Offloaded must be adequately and appropriately packed, crated, battened and/or covered securely in such a manner as to prevent damage/dilution/deterioration and ensure that the quality levels during loading, transport and off-loading are maintained; unless otherwise specified packing cases/containers/drums/tankers and packing materials are included in the purchase price and shall be and remain the property of the JRA.

13.5.2.3 SAMPLES e) If requested to do so by the JRA, the bidder must send samples of the required product for

testing to the JRA Materials Laboratory, 8 Spring Street, Ophirton, at any time between the closing of tenders and the awarding of the contract or post award.

f) Should samples be requested, the bidder will be handed a receipt for materials/samples delivered. A copy of the receipt must be provided to the JRA prior to appointment.

g) Those samples delivered must be in a package form that is robust and clean and is to be clearly marked or labelled indicating the contract number, name of bidder and the product contained therein

h) The samples furnished by the bidder will be retained and should the bidder be successful, all future deliveries post appointment must be in strict accordance with the samples furnished upon shortlisting

13.5.2.4 PLANT & EQUIPMENT f) All plant and equipment shall be of adequate rated capacity and in good working condition,

free from any fuel or oil leaks, and shall be operated by properly qualified operators. g) All vehicles and plant used for the delivery of Burner Fuel Oil products shall be thoroughly

cleaned to prevent contamination by the previous contents of the vehicle or plant. h) All vehicles used must have a minimum capacity of 25 000l, be well insulated, and be

provided with adequate pumping and heating equipment (when required for delivery to the JRA)

i) The bidder must ensure that all discharge pipes of vehicles are adaptable to the storage tanks at the JRA depots/offices where deliveries are to be made as well as at the suppliers plant/works where collections are to be made

j) The bidder shall indicate the number and capacity of all suppliers/distributors to be used

13.5.2.5 DECANTING c) The bidder must provide Technical Data Sheet describing the method they intend to use for

decanting into JRA’s tanks and safety precautions that are intended to be adopted for the prevention of fires or bursting of hose pipes, etc. The section of safety of Supplier’s suppliers/distributors must also be completed if applicable.

d) Appointed Supplier must familiarize themselves with pipes and fittings at decanting site.

Page 190:  · CONTRACT No. JRA/20/24 FOR PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY CONCRETE & …

The Contract (Volume 3)

Part 3: Scope of Work

CONTRACT No. JRA/20/24

PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY CONCRETE & STORMWATER PRODUCTS, STEEL GRIDS AND PILLAR SUPPORT, SUPPLEMENTARY ROAD MARKING PRODUCTS,CHEMICALS (WEEDKILLER, THINNERS ETC.), CRACKSEAL & BURNER FUEL OIL“AS AND WHEN” REQUIRED BY THE JRA FOR A PERIOD OF THREE YEARS (36 MONTHS).

July 2020 Scope of Work

186

NAME OF BIDDER’S REPRESENTATIVE FROM WHOM FURTHER TECHNICAL

DETAILS MAY BE OBTAINED:

……………………………………………………………

(BLOCK LETTERS)

Telephone number: ……………………………….

Full name of the Bidder:……………………………………………………………………

Page 191:  · CONTRACT No. JRA/20/24 FOR PROVISION FOR THE SUPPLY, DELIVERY AND OFFLOADING OF ROAD CONSTRUCTION MATERIAL:SUPPLEMENTARY CONCRETE & …

July 2020 SANS 294: 2004

187